Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 24, 2020 SAM #6751
SPECIAL NOTICE

J -- Collaborative Protein Technology Resource � Mass Spectrometry Unit � Fusion and LC Service Contract.

Notice Date
5/22/2020 10:47:41 AM
 
Notice Type
Special Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
NIH National Cancer Institute Rockville MD 20850 USA
 
ZIP Code
20850
 
Solicitation Number
75N91020Q00050
 
Response Due
6/1/2020 12:00:00 PM
 
Archive Date
06/16/2020
 
Point of Contact
William Neal, Phone: 240-276-5433, Reyes Rodriguez, Phone: 2402765442
 
E-Mail Address
william.neal@nih.gov, reyes.rodriguez@nih.gov
(william.neal@nih.gov, reyes.rodriguez@nih.gov)
 
Description
Title: �Collaborative Protein Technology Resource � Mass Spectrometry Unit � Fusion and LC Service Contract. Document Type: � � � � � �� Special Notice Solicitation Number: ����75N91020Q00050 Posted Date: � � � � � � � � � � � 05/22/2020 Response Date:���������������� 06/01/2020 Classification Code:� J066 � MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT NAICS Code:� 811219 � Other Electronic and Precision Equipment Repair and Maintenance ($20,500,000.00) � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � Contracting Office Address: Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Bethesda, MD� 20892, UNITED STATES. Description: The U.S. Department of Health and Human Services (DHHS), National Institutes of Health (NIH), National Cancer Institute (NCI), Center for Cancer Research (CCR), Lab of Cell Biology (LCB), Office of Acquisitions (OA) plans to procure on a sole source basis maintenance preventative services for a SCIEX X500B Q-TOF mass spectrometer and two associated instruments that are used with it � an Exion liquid chromatography system and a Peak nitrogen generator from AB Sciex LLC., 1201 Radio Road Redwood City, CA, 94065-1217. The response close date of this notice for this requirement is in accordance with FAR 5.203(a)(1). This acquisition will be processed under FAR Part 12 � Acquisition for Commercial Items and will be made pursuant to the authority in FAR 13.106-1(b)(1) using simplified acquisition procedures for commercial acquisitions and is exempt from the requirements of FAR Part 6. The North American Industry Classification System code is 811219 � Other Electronic and Precision Equipment Repair and Maintenance ($20,500,000.00). One award will be issued under this solicitation. This will be awarded as a severable firm fixed price type contract.� It has been determined there are no opportunities to acquire green products or services for this procurement. BACKGROUND The Collaborative Protein Technology Resource (CPTR) serves as a collaborative resource facility serving CCR investigators, providing mechanisms for the analysis of proteins including mass spectrometry. Currently, the mass spectrometry unit has one mass spectrometer for analysis of intact proteins (X500B Q-TOF) coupled to a liquid chromatography system (Exion LC) and a nitrogen generator (Peak 1024) that is used for all such sample analyses. This order shall be for preventative maintenance service contracts for the X500B Q-TOF mass spectrometer, Exion liquid chromatography system, and Peak 1024 nitrogen generator. As all three parts are used in tandem for all sample analyses, it is critical to have maintenance contracts for all. The service contracts shall provide direct access to factory-trained and certified engineers, on-site maintenance with guaranteed response times, as well as on-site preventative maintenance visits. These services are essential to upkeep and regular operation of the instrumentation. SPECIAL ORDER REQUIREMENTSPRODUCT FEATURES/SALIENT CHARACTERISTICS SCOPE:� Provide all labor, material and equipment to provide preventive maintenance and emergency repair for the government owned X500B Q-TOF mass spectrometer (DN220151809), Exion HPLC (ABDXR5671141, ABDXR5671142, ABCBM5671500, ABCXR5670527, ABDG55671692, ABRES5601646) and Peak 1024 nitrogen generator (771046286). All maintenance services shall be performed in accordance with the manufacturer�s standard commercial maintenance practices.�� PREVENTIVE MAINTENANCE:� Perform two (2) preventive maintenance (PM) inspections during the contract period for the mass spectrometer and one PM inspection for the HPLC and nitrogen generator.� Service shall be performed by factory trained Field Service representatives.� Service shall consist of a thorough cleaning, calibration, adjusting, inspection, lubrication and testing of all equipment in accordance with the manufacturer�s latest established service procedures.� All equipment shall be operationally tested through at least one (1) complete operating cycle at the end of the preventive maintenance inspection to assure optimum and efficient performance.� Also, direct access (both via e-mail and telephone) to the service engineers is required to mitigate minor issues and implement quick solutions to maintain the instruments. EMERGENCY SERVICE: Unlimited additional on-site emergency repair service for the instruments shall be included, if needed, with materials for the visit included and response time within 2 days. Upon receipt of notice that any part of the equipment is not functioning properly, the Contractor shall furnish a factory-trained service representative to inspect the equipment and perform all repairs and adjustments necessary to restore the equipment to normal and efficient operating condition. Emergency service shall not replace the necessity for scheduled PM. REPLACEMENT PARTS: Replace all parts subject to wear as defined in the product specific PM checklist. All parts shall be genuine OEM quality parts and are included in a comprehensive PM parts kit which is provided at no cost for each and every PM visit. Parts shall be new or remanufactured to original equipment specifications. SOFTWARE UPDATES/SERVICE: In the event of software updates, the contractor shall provide Software Service in accordance with the manufacturer�s latest established service procedures, to include telephone access to technical support for use of program software and troubleshooting of the operating systems, at no additional cost to the Government.� The Contractor shall receive advance approval for the installation of all software updates and revisions from the Government.� Defective software shall be replaced at no additional cost to the Government. SERVICE EXCLUSIONS: Shall not be responsible for any repairs necessitated by abuse, neglect, vandalism, Acts of God, fire or water.� These repairs shall be the subject of a separate purchase order and shall not be performed under this contract. � � � � � � � � � � � � TYPE OF ORDER This is a Severable Firm Fixed-Price Purchase Order. PERIOD OF PERFORMANCE The base period of performance shall be for twelve (12) months from with four (4) 12-month option periods as follows: Base Period: �� �����06/18/2020 thru 06/17/2021 Option Period 1: �06/18/2021 thru 06/17/2022�������� ������������������������ Option Period 2: �06/18/2022 thru 06/17/2023 Option Period 3: �06/18/2023 thru 06/17/2024 Option Period 4: �06/18/2024 thru 06/17/2025 �� PLACE OF PERFORMANCE Service shall be performed at the following location: 9000 Rockville Pike Bethesda, MD 20892-425 The X500B Q-TOF, Exion liquid chromatography system, and Peak 1024 nitrogen generator are highly-sensitive and precise instruments. As such, their maintenance requires factory-trained and company-certified engineers who are experts in the engineering and servicing of these pieces of equipment. As SCIEX is the manufacturer of these instruments, their engineers are the only ones with the training and knowledge to quickly and correctly maintain and service them. No other engineers would have the expertise required to keep them operational as much as possible. As these instruments are used for service to the CCR community, each day that they are not operable is a detriment to the mission of the NCI. As such, direct access (both via e-mail and telephone) to the service engineers is required to mitigate minor issues and implement quick solutions to maintain the instruments. Moreover, only SCIEX can guarantee on-site response times. Without direct access to the engineers and the guaranteed service times, the risk of having inoperable instrumentation is quite high. Thus, third-party service companies are not a viable option, as the manufacturer does not allow direct access to OEM parts, factory-certified engineers and cannot guarantee response times.� This notice is not a request for competitive quotation. However, if any interested party, especially small businesses, believes it can meet the above requirement, it may submit a capability statement, proposal, or quotation, which shall be considered by the agency. �The statement of capabilities and any other information furnished must be in writing and must contain material in sufficient detail to allow the NCI to determine if the party can perform the requirement. �Responses must be received no later than 3:00PM EST, June 1, 2020.� All responses and questions must be in writing and emailed to William Neal, Contracting Officer via electronic mail at william.neal@nih.gov. �A determination by the Government not to compete this proposed requirement based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. No collect calls will be accepted. In order to receive an award, Contractors must be registered and have valid, current Entity Record, including current Representations and Certifications, in the System for Award Management (SAM) through SAM.gov. Reference: 75N91020Q00050 on all� correspondance. �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b1335557b81841c5ae62237c7d495d1b/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN05668770-F 20200524/200522230155 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.