Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 27, 2021 SAM #7058
SOLICITATION NOTICE

J -- Support Plan for Thermo Scientific instrumentation for the Absorption, Distribution, Metabolism and Excretion (ADME) bioanalytical group in Therapeutics for Rare and Neglected Diseases (TRND).

Notice Date
3/25/2021 6:04:23 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N95021Q00072
 
Response Due
4/1/2021 8:00:00 AM
 
Archive Date
04/16/2021
 
Point of Contact
Renato Gomes, Phone: 3014512596
 
E-Mail Address
renato.gomes@nih.gov
(renato.gomes@nih.gov)
 
Description
Title: Support Plan for Thermo Scientific instrumentation: (1) Q Exactive HF-X Mass Spectrometer; (2) Vanquish Binary Pump H. Supports high-sp; (3) Vanquish Split Sampler HT; and (4) Vanquish Column Compartment H. Supports for the Absorption, Distribution, Metabolism and Excretion (ADME) bioanalytical group in Therapeutics for Rare and Neglected Diseases (TRND). (i)������� This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii)������� The solicitation number is 75N95021Q00072 and the solicitation is issued as a request for quotation (RFQ). This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13�Simplified Acquisition Procedures; and FAR Part 12�Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION 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 Acquisition (OA), on behalf of the National Center for Advancing Translational Sciences (NCATS), intends to negotiate and award a purchase order without providing for full and open competition to Thermo Electron North America LLC, 1400 Northpoint Pkwy Ste 50, West Palm Beach, FL 33407 for the support plan for Thermo Scientific instrumentation: (1) Q Exactive HF-X Mass Spectrometer; (2) Vanquish Binary Pump H. Supports high-sp; (3) Vanquish Split Sampler HT; and (4) Vanquish Column Compartment H. Supports for the Absorption, Distribution, Metabolism and Excretion (ADME) bioanalytical group in Therapeutics for Rare and Neglected Diseases (TRND).. This acquisition is conducted as non-competitive for a commercial item or service and is conducted pursuant to FAR 13.106-1(b)(1). The rationale for not providing full and open competition is based on the fact that service of these instruments is limited to Thermo Electron North America LLC due to proprietary rights in components and software used in the instrument. (iii)������ The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2021-05, with effective date March 10, 2021. (iv)������ The associated NAICS code 811219 and the small business size standard $22M. This requirement is not set-aside. DESCRIPTION (v)������� The Therapeutics for Rare and Neglected Diseases (TRND) program�s mission is to encourage and speed the development of new treatments for diseases with high unmet medical needs. TRND stimulates therapeutic development research collaborations among NIH and academic scientists, nonprofit organizations, and pharmaceutical and biotechnology companies working on rare and neglected illnesses. Absorption, Distribution, Metabolism and Excretion (ADME) group facilitates drug discovery from the basic research lab to the pre-clinical stage. Picking up where our Probe Development Group work leaves off, TRND will concentrate its efforts on the pre-clinical stage of drug development, where researchers develop clinical candidate in preparation for human testing. In doing so, TRND will help bridge the wide gaps in time and resources that often exist between basic research and clinical testing of new drugs. It is expected that in most cases, TRND�s clinical candidates will be licensed to biopharmaceutical companies for further development, thus allowing TRND to focus on the scientifically challenging pre-clinical stages of the drug development, and �de-risking� the projects sufficiently to make them adoptable by private sector companies. To keep working towards this goal, TRND requires a Support Plan for Thermo Scientific instrumentation: (1) Q Exactive HF-X Mass Spectrometer; (2) Vanquish Binary Pump H. Supports high-sp; (3) Vanquish Split Sampler HT; and (4) Vanquish Column Compartment H. Supports for the Absorption, Distribution, Metabolism and Excretion (ADME) bioanalytical group in Therapeutics for Rare and Neglected Diseases (TRND). (vi)������ SCOPE OF WORK 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: 1. Instrument: Q Exactive HF-X Mass Spectrometer Part Number: 0726042 Serial Number: SN06486L Support Plan: Unity essential support plan MSPEC-LC-MS 2. Instrument: Vanquish Binary Pump H. Supports high-sp Part Number: VH-P10-A-02 Serial Number: 8310520 Support Plan: Unity essential plan CHROM-LC-DNX 3. Instrument: Vanquish Split Sampler HT Part Number: VH-A10-A-02 Serial Number: 8310358 Support Plan: Unity essential plan CHROM-LC-DNX 4. Instrument: Vanquish Column Compartment H. Supports Part Number: VH-C10-A Serial Number: 6502479 Support Plan: Unity essential support plan CHROM-LC SPECIFIC REQUIREMENTS (Salient Characteristics) Unity essential support plan MSPEC-LC-MS Features: Field Service Engineer labor, travel, and parts required for Corrective Maintenance visits with a targeted response time of 3 business days Priority status for technical support inquiries with a targeted immediate response time. A certified service engineer will conduct diagnosis and Corrective Maintenance procedures using the latest digital remote support tools. One (1) scheduled annual Preventive Maintenance (PM) visit (a standard PM kit is included). A Thermo factory trained engineer will replace all parts subject to wear at the time of each preventative maintenance as defined in the product specific PM checklist Premium subscription to Unity Lab Services Online Knowledge Base 10% discount on parts, accessories, and consumables during the effective period of the contract Computers that were purchased from Thermo Fisher Scientific and required for the operation of the analytical system Software and firmware updates upon request and in conjunction with a scheduled Preventive Maintenance or Corrective Maintenance visit (updates are defined as changes of the existing software version that are intended to improve its performance) Unity essential plan CHROM-LC-DNX Features: Unlimited number of demand on-site service visits with a maximum 72-hour response Engineer labor and travel is included Priority status for technical support inquiries One (1) Scheduled Preventative Maintenance visit. A Thermo factory trained engineer will replace all parts subject to wear at the time of each preventative maintenance as defined in the product specific PM checklist Thermo Scientific supplied personal computers are covered Factory-certified replacement parts included Software updates and notifications Subscription to e-Support Online Technical Resources One time 10% discount on Parts, Accessories or Consumables for end user during active contract. Software updates and notifications. Updates are defined as Software revisions that provide minor changes that are needed to correct or improve the previous version of the software. Software updates are normally indicated by a software revision number change e.g. version 1.1 to version 1.2. Computers purchased from Thermo and are required for the operation of the system is covered under a Support Plan. Unity essential plan CHROM-LC Features: Field Service Engineer labor, travel, and parts required for Corrective Maintenance visits with a targeted response time of 3 business days Priority status for technical support inquiries with a targeted immediate response time. A certified service engineer will conduct diagnosis and Corrective Maintenance procedures using the latest digital remote support tools One (1) scheduled annual Preventive Maintenance visit (a standard PM kit is included). A Thermo factory trained engineer will replace all parts subject to wear at the time of each preventative maintenance as defined in the product specific PM checklist. Premium subscription to Unity Lab Services Online Knowledge Base 10% discount on parts, accessories, and consumables during the effective period of the contract Computers that were purchased from Thermo Fisher Scientific and required for the operation of the analytical system Software and firmware updates upon request and in conjunction with a scheduled Preventive Maintenance or Corrective Maintenance visit (updates are defined as changes of the existing software version that are intended to improve its performance) Government Responsibilities: Government shall provide contractor access to NCATS facilities: 9800 Medical Center Dr-Bldg C-Rm 059, Rockville MD 20850. Access will be restricted during federal holidays and after business hours. Delivery or Deliverables: Contractor is responsible for providing the evaluation and repairs, including labor, parts and materials as required. Reporting Requirements: Contractor shall provide a field service report at the completion of each service. Travel: Travel may be required to the Government facility in which the equipment is installed, which it shall be covered by the contractor on its service plan price. (vii)����� The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the anticipated the period of performance to be 10 months for Base Period, with an Option Period of 12 months. Base Period: 06/19/2021 - 04/22/2022; Option Period 1: 04/23/2022 � 04/22/2023. TERMS AND CONDITIONS, PROVISIONS, AND REPRESENTATIONS (viii)���� The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at these addresses:� https://www.acquisition.gov/browse/index/far https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html�� (End of provision) The following provisions apply to this acquisition and are incorporated by reference: FAR 52.204-7, System for Award Management (Oct 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020) FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020) FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) FAR 52.212-1, Instructions to Offerors-Commercial Items (Jun 2020) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Feb 2021) FAR 52.222-48, Exemption from Application of the Service Contract Labor Standards to Contract for Maintenance, Calibration, or Repair of Certain Equipment � Certification (May 2014) HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015) The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these addresses: https://www.acquisition.gov/browse/index/far���� https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html� (End of clause) The following clauses apply to this acquisition and are incorporated by reference: FAR 52.204-13, System for Award Management Maintenance (Oct 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020) FAR 52.212-4, Contract Terms and Conditions--Commercial Items (Oct 2018). Addendum to this FAR clause applies to this acquisition and is attached. FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000). The Government must provide preliminary notice at least 15 days before the contract expires, and the total duration shall not exceed 672 days. HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015) (ix)������ The Quoters are to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items (Feb 2021), with its quote. (x)������� The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2018) applies to this acquisition. Addendum to this FAR clause applies to this acquisition and is attached. FAR 52.212-4 Addendum � Supplier License Agreements, attached. FAR 52.212-4(g), Invoice, is supplemented by: NIH Invoice and Payment Instructions (Feb 2021) (xi)������ The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2021) applies to this acquisition and is attached in full text. (xii) ���� There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xii)����� The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. EVALUATION (xiii)���� The Government plans to award a fixed-price purchase order resulting from this solicitation. The resulting award will be made to Thermo Electron North America LLC provided it is technically acceptable and at a fair and reasonable price. If multiple quotations are received, the Government may perform a comparative evaluation of responses in accordance with FAR 13.106-2(b) to select the contractor that is best suited and provides the best value, considering the evaluation factors in this solicitation. The evaluation shall compare: Technical capability of the item offered to meet the Government requirement in accordance with the salient characteristics specified in the Purchase Description, Price, and Past Performance as defined under FAR 13.106-2(b)(3). An award will be made to the vendor whose quotation is most advantageous to the Government. The government reserves the right to select a response that provides benefit to the government that exceeds the minimum; the government is not required to select a response that exceeds the minimum; responses may exceed the requirements; each response must meet the solicitation requirement statement at a minimum; and the government is not requesting or accepting alternate proposal(s). SUBMISSION INSTRUCTIONS (xiv)���� 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 sufficient information to establish the interested parties� bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s), product description, and any other information or factors that may be considered in the award decision. Such factors may include: past performance, special features required for effective program performance, trade-in considerations, probable life of the item selected as compared with that of a comparable item, warranty considerations, maintenance availability, and environmental and energy efficiency considerations. 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. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. 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. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. All questions must be received by 11:00 a.m., Eastern Time, on March 29, 2021, and reference Solicitation Number 75N95021Q00072. Questions may be submitted by email to Renato Gomes, Contract Specialist, renato.gomes@nih.gov. All responses must be received by 11:00 a.m., Eastern Time, on April 1, 2021, and reference Solicitation Number 75N95021Q00072. Responses must be submitted by email to Renato Gomes, Contract Specialist, renato.gomes@nih.gov, tel. (301) 451-2596. (xv)����� The name and telephone number of the individual to contact for information regarding the solicitation: Renato Gomes Contract Specialist Phone: (301) 451-2596 Email: renato.gomes@nih.gov ATTACHMENTS (xvi)���� Attachments: Statement of Work (SOW) The provision at FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020) The provision at FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation (Oct 2020) FAR 52.212-4 Addendum � Supplier License Agreements FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items (Jan 2021) NIH Invoice and Payment Provisions (Feb 2021)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7d0ce5c156c24aa5b4f8cd3157b8cab1/view)
 
Place of Performance
Address: Rockville, MD 20850, USA
Zip Code: 20850
Country: USA
 
Record
SN05953352-F 20210327/210325230114 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.