SOLICITATION NOTICE
J -- Purchase of service and preventive maintenance for Waters Total Assurance Plan for UPLC-MS-MS System
- Notice Date
- 7/30/2014
- Notice Type
- Presolicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Rockville, Maryland, 20852, United States
- ZIP Code
- 20852
- Solicitation Number
- N02RC42596-83
- Archive Date
- 8/28/2014
- Point of Contact
- Gwennifer K. Epps, Phone: 240-276-5445, Terry Galloway, Phone: 240-276-5384
- E-Mail Address
-
eppsg@mail.nih.gov, gallowaytl@mail.nih.gov
(eppsg@mail.nih.gov, gallowaytl@mail.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- The National Cancer Institute (NCI), Center for Cancer Research (CCR), Laboratory of Pathology plans to procure on a sole source basis a service contract for a government owned Waters/Micromass LC-MS-MS system, for serial numbers: H05UPB071M, J05UPS053M, H05UPT429M, and VAB308. This process will be processed in accordance with simplified acquisitions procedures as stated in FAR Part 13 13.106-1(b)(1) and is exempt for the requirements of FAR Part 6. The North American Industry Classification System code is 811219, and the business size standard is $19.0 Million. Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price type contract. It has been determined there are no opportunities to acquire green products or services for this procurement. The period of performance shall be for one year from the date of award. Contractor shall perform one annual preventive maintenance inspections for each unit during the contract period. Service shall be performed by technically qualified factory trained personnel. 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 assure optimum and efficient performance. Emergency repair services: - The technical helpdesk is available Monday through Friday 9am-5pm (EST). For customers on a TOTAL ASSURANCE PLAN the response time is 2 working days. There is a trouble-shooting help line available in the first instance. If any problem cannot be resolved, an engineer or parts will be sent on-site. There is no charge to the Government. Replacement parts: All replacement parts for the instruments are available from Waters. Costs vary per part and orders for spare parts are dispatched within 2 working days from date of order. Parts shall be new or re-manufactured to original manufacturer equipment specifications. Waters/Micromass LC-MS-MS service contract coverage by the original manufacturer is essential to NCI's clinical effort. In order to continue supporting many ongoing clinical trials, through analysis of patient samples, this Waters UPLC-MS-MS system must be kept in optimum condition, with minimal downtime. This requires one preventative maintenance visit per year, along with any necessary repairs, all of which are carried out according to the manufacturer's exact specifications. Waters Corp does not supply spare parts to other distributors and service providers, nor do they provide Service Engineer level training to anyone except Waters Field Service Engineers who are employed by the company. In addition, instructions and schematics for repairs are not available to other service providers. Furthermore, the software that runs the entire system is only updated by, and available from, Waters Corp. As such, Waters Corp is the only service provider that can perform the required maintenance and repairs. Equipment failure would adversely affect NCI/NIH clinical center patients and their optimal care. Original manufacturer service is required to avoid nullifying the warranty. Thus based on this information Waters Corp is the only known source for this service. This is not a solicitation for competitive quotations. However, if any interested party believes they can meet the above requirement, they may submit a statement of capabilities. All information furnished must be in writing and must contain sufficient detail to allow the NCI to determine if it can meet the above unique specifications described herein. An original and one copy of the capability statement must be received in the NCI Office of Acquisitions on or before 11:00 AM EST on, August 13, 2014. No electronic capability statements will be accepted (i.e. email or fax), an original and one copy must be sent to the NCI Office of Acquisitions at the address stated above. All questions must be in writing and can be faxed (240) 276-5401 or emailed to Gwennifer Epps, Contracting Officer at ge50d@nih.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. 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 have valid registration and certification in the Central Contractor Registration (CCR) and the Online Representations and Certifications Applications (ORCA), through sam.gov. No collect calls will be accepted. Please reference solicitation number N02RC42596-83 on all correspondence.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02RC42596-83/listing.html)
- Place of Performance
- Address: Building 10, National Cancer Institute, Bethesda, Maryland, 20814, United States
- Zip Code: 20814
- Zip Code: 20814
- Record
- SN03443124-W 20140801/140730235134-19dc17c31e6eb4234a42e07cc261770d (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 |