SPECIAL NOTICE
J -- Maintenance Services for Government-Owned Thermo Orbitrap Lumos
- Notice Date
- 1/7/2022 9:54:21 AM
- Notice Type
- Special Notice
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH Bethesda MD 20892 US
- ZIP Code
- 20892
- Solicitation Number
- NOI75N91022Q00017
- Response Due
- 1/14/2022 10:30:00 AM
- Point of Contact
- Renee Jones-Chuang, Phone: 2402705782, Jolomi Omatete, Phone: 12402766561
- E-Mail Address
-
renee.jones-chuang@nih.gov, jolomi.omatete@nih.gov
(renee.jones-chuang@nih.gov, jolomi.omatete@nih.gov)
- Description
- Description The Department of Health and Human Services (DHHS), National Institutes of Health (NIH), National Cancer Institute (NCI), Center for Cancer Research (CCR) requires preventative maintenance services for government-owned equipment. The NCI maintains a Thermo Orbitrap Lumos spectrometer within the Center for Cancer Metabolism Metabolomics Core. This instrument is a unique system which integrates the functionality of three separate and unique mass analyzers in one instrument and consists of a series of ion lenses, a quadruple separator, an ion trap mass analyzer, and an orbitrap mass analyzer that distinguishes molecular mass by discriminating the resonant frequency of molecules as they rotate around the central electrode of the device. The Government requires routine preventative maintenance and ongoing service coverage to maintain this sensitive and specialized instrument. The original equipment manufacturer (OEM) for the multi-function cell sorter is Thermo Electron North America LLC (�Thermo�). The design, components, and firmware for the instrument are proprietary to the OEM. Based on market research, there are no authorized resellers for all of the spare parts necessary to maintain the equipment. Additionally, no third-party organization has access to the firmware used to operate the instrument. Thus, the OEM is the sole source capable of fully meeting the requirement to maintain and repair this instrument. Details regarding the specifications for this acquisition can be found in Attachment 1 �Statement of Work. The response close date of this notice 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 awarded pursuant to the authority in FAR 13.106-1(b)(1) using simplified acquisition procedures. This acquisition is exempt from the requirements of FAR Part 6. This notice is not a request for competitive quotation; however, if any interested party � especially any small business � believes it can meet this requirement, it may submit a capability statement for the Government to consider. The response and any other information furnished must be in writing and must contain material in sufficient detail to allow NCI to determine if the party can perform the requirement. Responses must be received in the contracting office by the deadline stated in this notice. All responses and/or questions must be submitted via e-mail to Renee Jones-Chuang, Contract Specialist, at renee.jones-chuang@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. In order to receive an award, contractors must be registered and have valid certification through SAM.gov and have representations and certifications completed. Responses should include both the STATEMENT OF CAPABILITY and the BUSINESS SIZE AND SOCIOECONOMIC STATUS information as explained below. This notice is to assist with determining sources only. If a solicitation is issued it will be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. Requested Information: (1) Statement of Capability: Submit a brief description (10-pages or fewer) that includes product specifications. Include past experience with performing this type of service for Government agencies, or for a private medical facility. Please indicate your address. (2) Business Size and Socio-Economic Status: (a) Indicate whether your organization is a small business or other-than-small business. (b) If small, indicate if your firm qualifies as a small, emerging business; or a small disadvantaged business. (c) If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act. (d) Indicate if your firm is a certified HUB-Zone firm. (e) Indicate if your firm is a woman-owned or operated business. (f) Indicate if your firm is a certified Service-Disabled Veteran Owned Small Business (SDVOSB) or a Veteran Owned Small Business (VOSB). (g) Include the DUNS number of your firm. (h) State whether your firm is registered in the System for Award Management (SAM). � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � See Attachment 1 for SOW
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7f494f8d0fab48419ecb2c6658a7745e/view)
- Place of Performance
- Address: Rockville, MD 20852, USA
- Zip Code: 20852
- Country: USA
- Zip Code: 20852
- Record
- SN06211737-F 20220109/220110105804 (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 |