Maintenance agreements for upkeep of two (2) machines, Protektor32DT and Viking EDX Desktop (№11394756)

04 dec

Number: 11394756

Country: United States

Source: Federal Business Opportunities


Link to original

To view links to the source need to register

Publication date


04-12-2018

Description


Maintenance agreements for upkeep of two (2) machines, Protektor32DT and Viking EDX DesktopSolicitation Number: HHSN-NIH-NIDA-SSSA-19-000040
Agency: Department of Health and Human Services
Office: National Institutes of Health
Location: National Institute on Drug Abuse

Solicitation Number: HHSN-NIH-NIDA-SSSA-19-000040

Notice Type: Award

Contract Award Date: November 30, 2018

Contract Award Number: 75N95019P00058

Contract Award Dollar Amount: 38458.00

Contractor Awarded Name: Natus Medical Inc

Synopsis: Added: Oct 29, 2018 9:03 am INTRODUCTION
PURSUANT TO FAR Subpart 5.2-Synopses of Proposed Contract Actions, THIS IS A PRE-SOLICITATION NOTICE OF A PROPOSED CONTRACT TO ACTION.

THIS IS A PRE-SOLICITATION NON-COMPETITIVE NOTICE OF INTENT TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME).


The National Institute on Drug Abuse (NIDA), Office of Acquisitions, Contracts Management Branch Red, NINDS Section on behalf of the National Institute of Neurological Disorder and Stroke intends to negotiate and award a contract for Maintenance agreements for upkeep of two (2) machines, Protektor32DT and Viking EDX Desktops.


NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE
The intended procurement is classified under NAICS code 334510: Electrmedical and Electrotherapeutic Apparatus manufacturing with a Size Standard of 1250 employees.


REGULATORY AUTHORITY
The resultant contract will include all applicable provisions and clauses of the Federal acquisition Requlation (FAR) in effect through the Federal Acquisition Circular (FAC) 2005-99, dated June 15, 2018.


STATUTORY AUTHORITY
This acquisition is conducted as non-competitive under the authority of 41 U.S.C. 253(c) under provisions of the statutory authority of FAR Subpart 6.302-1 -- Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements.


This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures, Subpart 13.106-1 (b) (1), Soliciting from a single source.


DESCRIPTION OF REQUIREMENT


Project Description
Project Title: Maintenance agreements for upkeep of two (2) machines, Protektor32DT and Viking EDX Desktop


General Requirements
Independently and not as an agent of the Government, the Contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government as needed to perform the Statement of Work below:


Specific Requirements
In keeping with the General requirements above, the contractor will:
Contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government as needed to perform service contract performance on the Protektor 32 DT, S/N MXL6292660; specifically:


Part # Description Serial #
105075XL 24 in FP Monitor
3575 Laser Printer SAL61039141B0
6640 P32 Power Supply 80827
2980 Protektor 32 - Acquisition Box 002980C0645
2978 Protektor 32 - Isolation Box 002978C0666
2979 Protektor 32 - Stimulation Box 002979E0638
6298 Protektor32 DT MXL6292660
515-016000 EDX channel amplifier C161017035
515-015300 EDX Base Unity C160915008
842-697100 EDX Desktop PC-Windows 7 Professional DBH9QD2
982A0589 Viking EDX Desktop Base System - SRV RZ161217M


1. The contractor shall perform one (1) Preventive Maintenance Inspection during the twelve month period. Preventive Maintenance will be performed by a Natus certified service technician. Service will include installation of hardware upgrades, replacement of wear items, and overall inspection of the equipment to confirm that it is operating at peak efficiency and reliability.
2. The contractor shall provide phone support from a certified technician within 1 business day and on-site service within 3 business days after it is determined that the problem cannot be resolved through phone support.
3. Emergency Service: Scheduled and emeregency services shall be performed Monday through Friday between the hours of 8:00 a.m. and 5:00 p.m. excluding Federal Holidays: New Year"s Day, Martin Luther King, Jr. Day, Memorial Day, July 4th Holiday, Labor Day, Thanksgiving Holiday, Christmas Eve and Christmas Day
4. Contractor shall cover all travel and associate expenses to perform emergency repairs on site.
5. Replacement parts: Contractor shall furnish all required Viking EDX and Protektor 32 DT certified replacement parts at no additional cost to the Government.
6. Software Updates/Service: Contractor will provide free of charge any revisions to Viking EDX and Protektor 32 DT software during the Agreement term.
7. Service Exclusions: Contractor will not be responsible for repairs necessitated by user misuse or error, repairs required due to operator negligence, replacement of accessories and consumables, or problems associated with environmental conditions.


Key Personnel Minimum Requirements
Service personnel need to have the experience deemed appropriate by Natus Medical.


Purpose and Objectives
The purpose of this requirement is to obtain preventive maintenance services on existing Government-owned laboratory equipment manufactured by Natus Neurology. The contractor shall be an Original Equipment Manufacturer (OEM) Authorized Service Provider of the Natus Neurology Viking EDX and Protektor32DT machines, and all services shall be performed by OEM certified factory-trained technicians using genuine OEM parts.


Period of Performance
The period of performance will consist of one base year as specified below:


Base Year: 12/1/2018-11/30/2019
Option Year 1: 12/1/2019-11/30/2020
Option Year 2: 12/1/2020-11/30/2021
Option Year 3: 12/1/2021-11/30/2022


Sole Source Justification: Natus Medical INC. is the only contractor who has manufacturer-trained and certified technicians to maintain and upgrade their patented and proprietary software and hardware. They are the only firm who can provide updates to their scientific equipment and software. They are the only firm who manufactures and certifies replacement parts for this equipment. All required parts and supplies for this equipment must be purchased from Natus Medical, Inc. Replacement parts or accessories must be compatible with the existing system. All manufacturer training is provided for Natus Medical Inc. engineers only and they do not allow third-party vendors to provide preventive maintenance nor emergency repair services on their equipment.



CLOSING STATEMENT
This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice.


Responses to this solicitation must include clear and convincing evidence of the offeror"s capability of fulfilling the requirement as it relates to the technical evaluation criteria. The price proposal must include the labor categories, an estimate of the number of hours required for each labor category, fully loaded fixed hourly rate or each labor category, breakdown and rationale for other direct costs or materials, and the total amount. The technical proposal must include CV information for proposed Key Personnel that meet the minimum requirements specified above.


In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov."
A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement.


All responses must be received by 11/13/2018 at 5PM Eastern Time and must reference number HHSN-NIH-NIDA-SSSA-19-000040.


Responses must be submitted electronically to Andrea King, [email protected], and must reference the solicitation number HHS-NIH-NIDA-SSSA-19-000040, on your electronic request. FAX requests are not accepted.


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



Contracting Office Address: 6001 Executive Boulevard
Room 4211, MSC 9559
Bethesda, Maryland 20892-9559
United States


Primary Point of Contact.: Andrea TE King, Contract Specialist

[email protected] Phone: 3018275245