SOLICITATION NOTICE
J -- Q-Exactive mass spectrometer service
- Notice Date
- 6/29/2017
- 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 Child Health and Human Development, Contracts Management Branch, 6710B Rockledge Dr., Suite 1124, MSC7000, Bethesda, Maryland, 20892-7510, United States
- ZIP Code
- 20892-7510
- Solicitation Number
- NIH-NIDDK-17-115
- Archive Date
- 7/25/2017
- Point of Contact
- Amber Harris, Phone: 3014028778
- E-Mail Address
-
amber.harris@nih.gov
(amber.harris@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation number is NIH-NIDDK-17-115 and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2005-95. The North American Industry Classification (NAICS) Code is 811219 and the business size standard is $20.5M. However, this solicitation is not set aside for small business. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. Eunice Kennedy Shriver National Institute of Child Health and Human Development (NICHD) intend to procure on a sole source basis with Thermo Electron North America, LLC, 1400 Northpoint Pkwy, Suite 50, West Palm Beach, FL 33407-1976 for a service contract for the Q-Exactive mass spectrometer for the period of service of September 30, 2017 through September 29, 2018. The continued operation of this equipment is essential and mission critical as the Q-Exactive mass spectrometer is the National Institute of Digestive, Diabetes & Kidney Diseases's (NIDDK) most sensitive exact mass - mass spectrometer. It is the primary LC-MS within the Clinical Mass Spectrometry Core. It performs the qualitative and quantitative analysis for numerous clinical studies. Such an instrument must be operated continuously and has several complex sub-systems which have many types of potential failure. Downtime and more importantly the length of downtime will significantly impact the ability of the Core to perform clinical studies. Included with the service agreement, the NIDDK requires on-site labor, travel, and parts during Thermo Electron North America LLC's normal business hours; proactive service approach to maximize uptime and improve profitability; priority on-site service support; the availability of "drop ship" of multiple fix kits and remote coaching services by Thermo engineers as they relate to instrument repair; a maximum of 72-hour response for all service calls; annual scheduled preventative maintenance visit performed to factory specs; fixed maintenance costs; service provided only by authorized and factory-certified Thermo Electron North America, LLC technicians. This acquisition is being pursued on a sole source basis centered on Thermo Electron North America LLC possessing all the required parts, documents and schematics necessary to service the NIDDK's instrument to ensure that it is maintained at design specifications. Furthermore, instrument service on a routine basis is critical to maintain the accuracy and capability of the equipment, which is used extensively by members of the NIDDK. The practice of execution of a service contract is not common and is impossible to replicate using a 3rd party vendor because of problems of accounting and the need to avoid conflicts of interest involved. Although there are vendors who may claim that they provide service contracts for the NIDDK's instruments, the reality of execution of these so-called service contracts, though having the same ultimate deliverable (working instrument) do not have a level of performance close enough to that provided by the current vendor that they could be called comparable. This difference is not a question of competence or good will just a fundamental issue with the business model of 3rd party providers. Unless an offeror can demonstrate a partnership and/or agreement with the OEM, no third party contract managers will be considered due to the difference in repair caps, and delays for approvals over pre-designated dollar thresholds. Failure to procure preventative maintenance for these systems from Thermo Electron North America, LLC would result in a significant loss of research. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of the 41 U.S.C. 253(c) (1), FAR 6.302. Only one responsible source and no other supplies or services will satisfy agency requirements. The offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. The provisions of FAR Clause 52.212-1 Instructions to Offerors - Commercial Items; FAR Clause 52.212-2, Evaluation - Commercial Items; FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items - Deviation for Simplified Acquisitions applies to this acquisition. The offeror must include their Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. The clauses are available in full text at http://www.acquisition.gov/far/. Interested vendors capable of furnishing the government with the services specified in this synopsis should submit a copy of their quotation to the below address or via email to amber.harris@nih.gov. Offers must also be accompanied by descriptive literature, delivery timeframe, warranties and/or other information that demonstrates that the offer meets all of the foregoing requirements. Quotations will be due on or before July 10, 2017 by 10 am, EST. via email or postal mail. The quotation must reference "Solicitation number" NIH-NIDDK-17-115. Quotations sent by postal mail or other mailing services must be submitted to the following address: Eunice Kennedy Shriver National Institute of Child Health and Human Development, 6710B Rockledge Drive, Room 1159A, Bethesda, MD 20817. Attention: Amber Harris, by the date and time mentioned above. Any questions must be sent via email to amber.harris@nih.gov and must include solicitation# NIH-NIDDK-17-115 in the subject line of email. Faxed copies/responses will not be accepted. PLEASE NOTE: In order to receive an award, contractor must be registered for "All Awards" and have a valid certification in the System for Award Management (SAM) database at http://www.sam.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NICHD/NIH-NIDDK-17-115 /listing.html)
- Place of Performance
- Address: Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN04563214-W 20170701/170629235800-17cccc06e13aff1e89748c82fa3181ab (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 |