SOLICITATION NOTICE
66 -- Waters XEVO GS-XS QTOF Capability Kit
- Notice Date
- 6/28/2017
- Notice Type
- Presolicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
- ZIP Code
- 20892-7902
- Solicitation Number
- HHSN26817HL00027S
- Archive Date
- 7/20/2017
- Point of Contact
- Jonathan M. Lear,
- E-Mail Address
-
john.lear@nih.gov
(john.lear@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Introduction This is a pre-solicitation non-competitive (notice of intent) synopsis to award a purchase order without providing for full and open competition. The National Heart, Lung, and Blood Institute (NHLBI), Office of Acquisitions (OA), intends to negotiate and award a purchase order on a noncompetitive sole source basis to Waters Corporation, 34 Maple Street, Milford, MA 01575 to provide the XEVO GS-XS QTOF Capability Kit to the NHLBI Division of Intramural Research (DIR) in accordance with the following information. Background Information The National Heart, Lung, and Blood Institute (NHLBI), Imaging Probe Development Center (IPDC) is dedicated to the production of new imaging probes for the intramural NIH research community. IPDC is currently working on projects for requesting scientists from more than a dozen NIH Institutes. Nearly all of these imaging probes are not commercially available, nor are they viable commercial products and most are new compositions-of-matter. These probes can range from small molecules and synthetic peptides to antibodies and nanomaterials. High resolution mass spectrometry is one of many analytical techniques used to characterize prepared probes in IPDC. Purpose and Objectives The IPDC currently utilizes the Waters XEVO G2 TOF. This purchase is to upgrade the TOF to a QTOF. The upgrade to the QTOF is necessary to obtain full MS/MS capability. This is important for the identification and characterization of probes (small molecules and peptides) prepared by chemists in IPDC. Additionally, MS/MS spectra is required for database searching to identify known metabolites in untargeted metabolomics studies. Contractor Requirements The contractor shall provide the following equipment: -XEVO G2-XS QTOF Capability Kit (Qty. 1) Delivery Date The anticipated delivery date is eight (8) weeks after receipt of the award. Sole Source Justification The sole source determination is because this is an upgrade to an existing Waters Corp XEVO GS-XS TOF system. The GS-XS TOF is being upgraded to the GS-XS QTOF using the Waters Capability Kit. Waters is the sole manufacturer of this upgrade. No third parties are authorized to provide the upgrade to Waters' existing equipment. Regulatory Authority This acquisition is conducted under the authority of the Federal Acquisition Regulations (FAR) Subpart 13.106-1(b) Soliciting from a single source. (1) For purchases not exceeding the simplified acquisition threshold, contracting officers may solicit from one source if the contracting officer determines that the circumstances of the contract action deem only one source reasonably available (e.g., urgency, exclusive licensing agreements, or industrial mobilization). FAR Clauses The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. The provision at FAR clause 52.212-2, Evaluation - Commercial Items, is applicable. The Government will award a contract resulting from this notice to the offeror listed above. The following factors shall be used to evaluate the offer: The contractor shall demonstrate its ability to provide the above listed equipment that meets the required specifications. FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, is applicable. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (p) of this provision. FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. Additional Information The North American Industry Classification System (NAICS) Code is 334516 and the Small Business Size Standard is 1,000. This acquisition is being conducted under FAR Part 13, Simplified Acquisition Procedures, therefore the requirements of FAR Part 6, Competitive Requirements, are not applicable and the resultant award will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 05-95 (January 19, 2017). 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 July 5, 2017 at 4:00PM EST and must reference synopsis number HHSN26817HL00027S. Responses shall be submitted electronically to john.lear@nih.gov. Responses will only be accepted if dated and signed by an authorized company representative. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/HHSN26817HL00027S/listing.html)
- Place of Performance
- Address: National Institutes of Health / NHLBI, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN04560869-W 20170630/170628234718-2ec9387577915602aafb6596a743d646 (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 |