SOLICITATION NOTICE
J -- ORD/NERL/EMMD, Starr. AB SCIEX Maintenance Agreement Renewal. [PHCB]
- Notice Date
- 6/12/2019
- Notice Type
- Synopsis
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- HQAD<br />US Environmental Protection Agency<br />William Jefferson Clinton Building<br />1200 Pennsylvania Avenue, N. W.<br />Mail Code: 3803R<br />Washington<br />DC<br />20460<br />USA<br />
- ZIP Code
- 20460
- Solicitation Number
- 68HERH19Q0085
- Response Due
- 6/18/2019
- Archive Date
- 7/3/2019
- Point of Contact
- Tichacek, William
- Small Business Set-Aside
- N/A
- Description
- Subject: PR-ORD-19-00966 Procurement Office: U.S. Environmental Protection Agency. Headquarters Acquisition Division 1200 Pennsylvania Avenue. NW Washington. DC 20460 In accordance with FAR 13.106-1(b), the U.S. Environmental Protection Agency (EPA), Office of Research and Development intends to award a Sole Source Firm Fixed Price Purchase Order for a service plan for an AB SCIEX MDS Sciex API model 4000 MS/MS (SN V2490308) High Performance Liquid Chromatograph/Tandem Mass spectrometer (LC/MS/MS) system which is used to support the Human Health program. AB Sciex LLC will provide maintenance meeting the specifications described below: One preventative maintenance per year, to include (but not limited to): ¿ rough pump oil change ¿ cleaning and/or replacement of serviced instrument parts ¿ System testing Use of OEM parts, engineers, and software only 48-hr service time-frame OEM telephone support OEM software upgrades OEM troubleshooting via certified advanced service diagnostics software OEM certified replacement parts OEM onsite repair to include labor, travel and service parts included Services to include all modules and software for instrument The requested agreement is sold by the manufacturer of the AB SCIEX LC/MS/MS and designed specifically for its support. Further, this agreement secures the support (two-day response) of field service engineers and technicians that have been trained on this instrument and are fully supported by the manufacturer. This specialized training and support are essential because the LC/MS/MS has many functions, parts and components that are specific and unique to this instrument ¿s make and model. We have concluded that this agreement, in its specifics, is exclusive to AB SCIEX and, to the best of our knowledge, not available through other vendors. In addition, AB SCIEX engineers use Advanced Service Diagnostics software to evaluate the LC/MS/MS. This software is copyrighted by the manufacturer and only service engineers representing the manufacturer have access to this diagnostics software. This software is necessary to effectively evaluate the performance of the instrument, perform preventive maintenance, and troubleshoot instrument malfunctions. It is our understanding that use of this proprietary software is the only acceptable way to service the instrument. The use of alternative diagnostic techniques will not ensure the instrument continues to perform according to the manufacturer ¿s specifications. Under the AB SCIEX service agreement and software plan, we are guaranteed that all replacement parts are available and certified as manufactured by Applied Biosystem, or AB SCIEX approved vendors. Further, and more importantly, that the instrument will continue to function with the same sensitivity and specificity as when received from the manufacturer. The instrument must perform to these specifications or it will no longer fulfill our technical requirements. Use of the manufacturers ¿ service agreement ensures continuity of performance (which is a technical requirement). This instrumentation, when purchased, included a one-year manufacturer ¿s warranty. Since the expiration of this warranty EMMD has continuously maintained an annual service agreement with the manufacturer of the instrument. Because this instrument is critical to EMMD research in the Safe and Healthy Communities program, it is essential that it operates without interruption. A service agreement that includes preventive maintenance ensures the instrument operates continuously, at optimal performance. Previous experience with similar instruments shows that repairs not covered by a service agreement may result in unacceptable delays to the research program. In addition, service agreements with third party vendors has also resulted in unacceptable delays in instrument repairs. This service agreement and software plan will fulfill our science requirement for uninterrupted operation of the instrument. Because this instrument is critical to the EMMD efforts in the Safe and Healthy Communities program, it is imperative that it operates without interruption. A service agreement that includes access to engineers having full and current training ensures the instrument operates continuously, at optimal performance. A market survey was conducted to identify other potential vendors of preventive maintenance agreements for this equipment. No other vendors were found which fulfill the requirement. Based on this market research, AB Sciex LLC is the only vendor identified that can provide a servicing agreement that meets the requirements detailed above. NO SOLICITATION IS AVAILABLE. This notice of intent to award is not a request for competitive quotations. Interested concerns capable: or providing the service as described in this notice may submit a Capability Statement outlining their capabilities. Information received will be evaluated for the purpose of determining whether to conduct a competitive procurement. Capability Statements must be received within the time set forth in this announcement to be considered by the Government. A determination to compete this proposed contract based on responses to this notice is solely within the discretion of the Government. Each response should include the following Business Information: a. DUNS. b. Company Name. address, POC, Phone and Email address c. Current GSA Schedules or NAICS codes appropriate to this Award. d. Type of Company (i.e., small business, 8(a), woman owned, HubZone, veteran owned. etc.) as validated in System For Award Management (SAM). All offerors must register on the SAM located at http://www.sam.gov/portal/SAM/# l e. Capability Statement Responses to this posting must be in writing and provide clear and convincing evidence that competition would be advantageous to the Government. A determination not to compete the proposed purchase order based upon the responses to this notice is solely within the discretion of the Government. All questions should be directed to William Tichacek, Contract Specialist at tichacek.william@epa.gov. NO PHONE CALLS PLEASE NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (12-JUN-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/EPA/OAM/HQ/68HERH19Q0085/listing.html)
- Record
- SN05338466-F 20190614/190612230013 (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 |