NINDS DIR 23-004573

Submitted by patelsnv on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Preventive maintenance and emergency repair services contract
Contracting Office
National Institute of Neurological Disorders and Stroke (NINDS)

Contact Points

Primary Contract Specialist

ELAINE
ESTRELLA
ESTRELLAEK@MAIL.NIH.GOV
NAICS Code Number
811219
Other Electronic and Precision Equipment Repair and Maintenance
Small Business Size Standard
$20.5
Estimated Period of Performance
03/20/2023 - 09/01/2023
Delivery of Goods
BLDG 49 RM 3A50
Set-Aside Status
Not Set Aside
Competition Status
Non-Competitive
Vendor Name
JEOL USA
Vendor Address
JEOL USA
11 Dearborn RD
Peabody, Massachusetts
01960-3862, United States
Single-Sole Source Determination
The essential characteristics of the Preventative Maintenance Service that limit the availability to a sole source are due to the skills and familiarity of these equipment from the company-trained service engineers. Only this suggested source can furnish the requirements, to the exclusion of other sources, because replacement parts are only available through JEOL USA.
Background/Description of Requirement

The National Institute of Neurological Disorders and Stroke (NINDS) Division of Intramural Research (DIR) Electron Microscopy Facility (EMF) requests preventative maintenance service contracts for 2 JEOL transmission electron microscopes currently housed in the NINDS EMF - JEOL 1200EXII Electron Microscope and JEOL 200CX Electron Microscope. The purpose of the service agreement is to keep the microscopes in good condition so that these are continually used for the scientific research projects being conducted within the basic and clinical programs through NINDS. Without it, NINDS researchers are unable to continue to support the mission of NINDS.

Interested parties may identify in writing their interest and capability in response to this requirement. Responses to this notice shall contain sufficient information to establish the interested parties’ bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.

All responses must be received by closing date and must reference the announcement. Responses may be submitted electronically to the attention of the contract specialist. Fax responses will not be accepted.

All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.