SPECIAL NOTICE
J -- Annual maintenance agreement for Government-owned Thermo Electron UltiMate 3000 RSLCnano and Orbitrap Fusion.
- Notice Date
- 6/24/2020 2:18:20 PM
- Notice Type
- Special Notice
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- NIH NCI ROCKVILLE MD 20852 USA
- ZIP Code
- 20852
- Solicitation Number
- 75N91020Q00114
- Response Due
- 7/8/2020 12:00:00 PM
- Archive Date
- 07/23/2020
- Point of Contact
- Miguel Diaz, Phone: 2402765439
- E-Mail Address
-
miguel.diaz@nih.gov
(miguel.diaz@nih.gov)
- Description
- Department of Health and Human Services, National Institutes of Health (NIH), National Cancer Institute (NCI), Office of Acquisitions, 9609 Medical Center Drive, Room 1E144, Bethesda, MD 20892, UNITED STATES. (Non-USPS mail such as Fedex, UPS and other private carriers please use Rockville, MD 20850) National Cancer Institute (NCI), Center for Cancer Research (CCR), Laboratory of Cell Biology (LCB) seeks to procure, on a sole source basis, an annual maintenance agreement for Government-owned Thermo Electron UltiMate 3000 RSLCnano (Pump: 8084640; Autosampler: 8083878) and Orbitrap Fusion (FSN10187) from Thermo Electron North America of 1400 Northpoint Pkwy Suite 50 West Palm Beach, FL 33407-1976 This acquisition will be processed under FAR Part 12 � Acquisition for Commercial Items and will be made pursuant to the authority in FAR 13.106-1 (b)(2) and 13.501-(a)(1) using simplified acquisition procedures for commercial acquisitionist.� The North American Industry Classification System code is 811219 and the business size standard is $20.5M.� The purpose of this procurement is to acquire maintenance preventative services for a Government-owned Thermo Electron UltiMate 3000 RSLCnano (Pump: 8084640; Autosampler: 8083878) and Orbitrap Fusion (FSN10187). The Collaborative Protein Technology Resource (CPTR) serves as a collaborative resource facility serving CCR investigators, providing mechanisms for the analysis of proteins including mass spectrometry. Currently, the mass spectrometry unit has one mass spectrometer (Orbitrap Fusion) coupled to a liquid chromatography system (UltiMate 3000 RSLCnano) that is used for almost all sample analyses. Both parts are used in tandem for all sample analyses, so it is critical to have an annual maintenance agreement for both instruments. The maintenance agreement shall provide direct access to factory-trained and certified engineers, on-site maintenance with guaranteed response times, as well as on-site preventative maintenance visits. These services are essential to upkeep and regular operation of the instrumentation. The Contractor shall perform one (1) planned preventive maintenance visit during the contract period for each of the instruments.� Technically qualified factory-trained personnel shall perform service.� Service shall consist of a thorough cleaning, calibration, adjusting, inspection, 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 to assure optimum and efficient performance. On-site, emergency repair service visit shall be provided at no additional cost to the Government. Emergency service shall be provided during normal working hours, Monday through Friday excluding Federal Holidays.�� Upon receipt of notice that any part of the equipment is not functioning properly the Contractor shall within provide a seventy-two (72) hour maximum on-site response by a qualified factory-trained service representative to inspect the equipment and perform all repairs and adjustments necessary to restore the equipment to normal and efficient operating condition.� Emergency service calls shall not replace the necessity for planned preventative maintenance.� All labor and travel will be included. The UltiMate 3000 RSLCnano and Orbitrap Fusion are both highly-sensitive and precise instruments. As such, their maintenance requires factory-trained and company-certified engineers who are experts in the engineering and servicing of these pieces of equipment. Thermo Electron is the manufacturer of both instruments and their engineers are the only known individuals with the training and knowledge to quickly and correctly maintain and service these instruments. No other engineers have been identified with the expertise required to keep the instruments operational. These instruments are used for service to the CCR community and each day that they are not operable is a detriment to the mission of the NCI. As such, direct access (both via e-mail and telephone) to the service engineers is required to mitigate minor issues and implement quick solutions to maintain the instruments. Thermo Electron is the only known source for guaranteed maximum response times, at maximum 72-hour response, for both instruments. Without direct access to the engineers and the guaranteed service times, the risk of having inoperable instrumentation is quite high. Thermo Electron North America has been identified as the only known source capable of fulfilling the requirements of this procurement. This notice is not a request for competitive quotation. However, if any interested party, especially small business believes it can meet the above requirement, it may submit a capability statement for the Government to consider. The response and any other information furnished must be in writing and must contain material in sufficient detail to allow NCI to determine if the party can perform the requirement.� Responses must be received in the contracting office by 3:00 PM ET, on July 08, 2020.� All responses and questions must be via email to Miguel Diaz, Contracting Officer at miguel.diaz@nih.gov. �A determination by the Government not to compete this proposed requirement 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 be registered and have valid certification through SAM.GOV and have Representations and Certifications filled out. Reference: 75N91020Q00114 on all correspondence.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/94634bc4d257493eacdf134925abc550/view)
- Place of Performance
- Address: Bethesda, MD 20817, USA
- Zip Code: 20817
- Country: USA
- Zip Code: 20817
- Record
- SN05701068-F 20200626/200624230147 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |