SOLICITATION NOTICE
66 -- Mass Spectrometry Equipment Maintenance
- Notice Date
- 3/18/2014
- Notice Type
- Presolicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-NOI-14-124
- Archive Date
- 4/11/2014
- Point of Contact
- Lauren M. Phelps, Phone: 3015942490
- E-Mail Address
-
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- INTRODUCTION This is a pre-solicitation non-competitive (notice of intent) synopsis to award a contract without providing for full or open competition (including brand-name). THIS IS A NOTICE OF INTENT, NOT A REQUEST FOR PROPOSAL. A SOLICITATION WILL NOT BE ISSUED AND PROPOSALS WILL NOT BE REQUESTED. The National Institute on Drug Abuse (NIDA), Consolidated Station Support and Simplified Acquisitions (CSS/SA) Branch intends to negotiate and award a contract to Waters Technologies Corporation for service to support and maintain mass spectrometry equipment owned by the National Center for Advancing Translational Sciences (NCATS) without providing for full and open competition (including brand-name). NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 334516 with a Size Standard of 500 Employees. REGULATORY AUTHORITY The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 05-72 dated January 30, 2014 This acquisition is conducted under the procedures as prescribed in FAR subpart 12-Acquisition of Commercial Items and FAR subpart 15-Contracting by Negotiation at an amount exceeding the simplified acquisition threshold ($150,000). STATUTORY AUTHORITY This acquisition is conducted 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 41 U.S.C. 253(c)(1). DESCRIPTION OF REQUIREMENT Purpose and Objectives The purpose of this requirement is acquisition of a service contract to support mass spectrometry equipment owned by the National Center for Advancing Translational Science (NCATS) Division of Preclinical Innovation (DPI) Analytical Program. Period of Performance The anticipated period of performance is twelve months from date of award and one (1) twelve-month option period. A firm fixed price purchase order is contemplated. Project Description The Contractor must be able to perform the following support: 1. Unlimited service visits for troubleshooting and parts replacement should be covered for equipment components requiring service in Appendix A. 2. One (1) Preventive Maintenance (PM) visit per year for each component listed in Appendix A. 3. All parts and accessories used must be Waters Original Equipment Manufacturer (OEM) parts or accessories. This is necessary to ensure continuance of equipment warranty and standardization of research data. 4. All PM work and all service work must be completed by a Waters factory trained engineer. This is necessary to ensure continuance of equipment warranty and standardization of research data. 5. All charges to ship replacement or repaired equipment to the customer, or charges for the return of equipment must be covered. 6. Products moved to a new location within the contiguous United States shall continue to be serviced under the agreement. Appendix A: Equipment Components Requiring Service MASSLYNX - 1 year MS7KN01521 MassLynx Software NCGC Auropure Total Assurance Plan with one PM C05XY6701M 2767 - Injector/Collector D05APC404M CFO - COL FLUID ORG E05515774A 515 - HPLC PUMP F05296352M 2996 - PDA DETECTOR G05APP564M 2525 - BGM NCGC UPLC Total Assurance Plan with one PM G05UPD428M UPPDA - UPLC PDA DETECTOR H05UPB104M UPBINARY - UPLC BINARY SOL MGR H05UPO182N UPORGANIZE - UPLC SAMPLE ORG M05UPE041N UPELS - UPLC ELS DETECTOR Acquity with Sample Organizer Total Assurance Plan with one PM G05UPS945N UPSMPMGR - UPLC SAMPLE MGR LAA1745 ZQ2000 - ZQ 2000 MASS SPEC ZQ2000 UPLC MASSLYNX - 1 year MS3EN03453 MassLynx Software 1 Year Plan Total Assurance Plan with one PM J07UPE325M UPELS - UPLC ELS DETECTOR K07UPD090M UPPDA-E - UPLC PDA-e DETECTOR L07UPA675M UPSMPMGR - UPLC SAMPLE MGR L07UPB761M UPBINARY - UPLC BINARY SOL MGR CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION The determination by the Government to award a contract without providing for full and open competition is based upon the market research conducted. Specifically, this is a requirement for proprietary maintenance services and only the original equipment manufacturer, Waters Technologies Corporation, is capable of providing the needed services because the equipment is proprietary to the original manufacturer. No other contractor is capable of or licensed to properly maintain the equipment or ensure that equipment warranties remain intact. The intended source is: Waters Technologies Corporation 34 Maple Street Milford, MA 01757 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 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." 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 the closing date of this notice and must reference the FedBizOpps solicitation number. Responses may be submitted electronically to lauren.phelps@nih.gov or by U.S. mail to the National Institute on Drug Abuse (NIDA), Consolidated Station Support and Simplified Acquisitions Branch (CSS/SA) 31 Center Drive, Room 1B59, Bethesda, MD 20892 Attention: Lauren Phelps. Fax responses will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-NOI-14-124/listing.html)
- Place of Performance
- Address: 9800 Medical Center Drive, Rockville, Maryland, 20850, United States
- Zip Code: 20850
- Zip Code: 20850
- Record
- SN03313402-W 20140320/140318234803-9f2381167197623c44e606ee5c277b20 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |