SOLICITATION NOTICE
66 -- Maintenance Renewal for Axima CFR Plus, Mass Spectrometer
- Notice Date
- 3/20/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, Maryland, 20817
- ZIP Code
- 20817
- Solicitation Number
- NOI-RML-5-14016
- Archive Date
- 4/1/2014
- Point of Contact
- Suzanne Miller, Phone: 4063639445, Lynda Kieres, Phone: 406-363-9210
- E-Mail Address
-
millers2@niaid.nih.gov, lkieres@niaid.nih.gov
(millers2@niaid.nih.gov, lkieres@niaid.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- This notice is a combined synopsis/solicitation, Notice of Intent. The National Institute of Allergy and Infectious Diseases (NIAID), Protein Chemistry Section, intends to procure a12-month comprehensive service agreement on a sole source basis with Shimadzu Scientific Instruments for its Axima CFR+LI-TOF Mass Spectrometer, in accordance with the format in Subpart 12.6, as applicable, and supplemented with additional information included in this notice. Shimadzu Scientific is the manufacturer for the equipment and they have the technical expertise to service and repair this spectrometer. To use any other company would void any and all warranties. Period of performance will begin 3/1/14 - 2/28/15. Place of contract performance will be 5640 Fishers Lane, Room 1011, Rockville, MD 20852 The Protein Chemistry Section of the Research Technologies Branch enables intramural NIAID investigators to use state of the art applications in mass spectrometry, bioinformatics, peptide syntheses and analysis, as well as protein sequencing in their research programs. The Axima CFR+LI-TOF Mass Spectrometer is an integral part of Peptide Synthesis and Analysis Laboratory. This equipment is utilized daily for QC analyses of peptides procured for NIAID researchers. To assure its optimal performance and reliability it requires a service by specially trained and experienced service engineers. A preventive maintenance contract is needed for this instrument to keep it in good working order and ensure rapid response in case of failure or a decline of performance. The Contractor shall provide: The purchased plan will include all parts, labor and travel necessary for remedial repair and an annual planned maintenance visit for the equipment. The contract will include telephone access to technical support The following FAR provisions and clauses apply to this acquisition: (FAR 52.204 (b)(1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database (www.sam.gov) prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation; FAR 52.212-1 Instructions to Offerors Commercial Items; FAR 52.212-4 Contract Terms and Conditions Commercial Items; FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; FAR 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer; FAR 52.222-3 Convict Labor ; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies ; This will be a firm fixed price contract in accordance with the statutory authority for this sole source requirement 41 U.S.C. 253 (c) (1) as implemented by FAR 6.302-1 only one source available, no substitutions possible, and this item contains proprietary data/patent information. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE NOT BEING REQUESTED, AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-72, dated January 30, 2014. The associated North American Industry Classification System (NAICS) Code is 811219, which has a size standard of $19.0 in millions of dollars. All responsible sources who feel they can meet these requirements may submit an offer that will be considered by the Agency. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. Offers must be submitted no later than 12:00 pm Mountain Standard Time, 3/31/14. Offers may be mailed to Suzanne Miller at Rocky Mountain Laboratories, 903 S. 4th Street, Hamilton, MT 59840, faxed to the POC indicated above (Fax - 406-363-9288), or e-mailed at (millers2@niaid.nih.gov). Contracting Office Address: Rocky Mountain Laboratories 903 S. 4th Street Hamilton, MT, 59840
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/NOI-RML-5-14016/listing.html)
- Place of Performance
- Address: Place of Contract Performance:, Research Technologies Branch, Protein Chemistry Section, NIH, NIAID, 5640 Fishers Lane, Room 1011, Rockville, Maryland, 20852, United States
- Zip Code: 20852
- Zip Code: 20852
- Record
- SN03316093-W 20140322/140320235142-205eae5cea32038c58527a0a7c91f71c (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 |