SOLICITATION NOTICE
J -- Chromatography Systems Maintenance Agreement
- Notice Date
- 7/29/2020 11:18:11 AM
- Notice Type
- Presolicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- NIH-NIMH-20004394
- Response Due
- 8/11/2020 9:00:00 AM
- Archive Date
- 08/12/2020
- Point of Contact
- Thien Nguyen, Phone: 3018270914
- E-Mail Address
-
Thien.Nguyen2@nih.gov
(Thien.Nguyen2@nih.gov)
- Description
- NOTICE OF INTENT to Sole Source SOLICITATION NUMBER: NIH-NIMH-20004394 TITLE: Chromatography Systems Maintenance Agreement � CLASSIFICATION CODE: J � Maintenance, repair, & rebuilding of equipment NAICS CODE: 334516 � ANALYTICAL LABORATORY INSTRUMENT MANUFACTURING � RESPONSE DATE: August 11, 2020 at 12:00 PM EST PRIMARY POINT OF CONTACT: Thien Nguyen Thien.Nguyen2@nih.gov Phone: 301-827-0914 DESCRIPTION: INTRODUCTION THIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS TO AWARD A CONTRACT WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Institute of Mental Health (NIMH) intends to negotiate on a sole source bases with Shimadzu Scientific Instruments Inc, 7102 Riverwood Dr, Columbia MD 21046-1245 NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE and SET ASIDE STATUS The intended procurement is classified under NAICS code 334516 � Analytical Laboratory Instrument Manufacturing with a Small Business Size Standard of 1000 employees. REGULATORY AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13�Simplified Acquisition Procedures. Contracts awarded using FAR Part 13�Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6�Competition Requirements. FAR Subpart 13.106-1 (b) Soliciting from a single source provides that: 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, brand-name OR industrial mobilization). The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 20019-01 dated December 1, 2018. PURPOSE AND OBJECTIVES: The purpose of this acquisition is to purchase a maintenance contract for three Shimadzu High Precision Liquid Chromatography (HPLC) systems and one Shimadzu Liquid Chromatography- Mass Spectrometer (LCMS) for NMIH on the NIH Campus. These instruments are used to perform the purification of new molecules and their analysis before they can be potentially used as new ligands for imaging specific receptors in brain. The lab�s ability to synthesize new classes of chemical compounds depends on available technology and especially on complex and sophisticated instruments that can be used safely in the laboratory. � The National Institute of Mental Health and the PET Radiopharmaceutical Sciences Section (PRSS) of the Molecular Imaging Branch requires a maintenance contract or Extended Warranty Plus contract for one preparative Ultra Precision Liquid Chromatography (HPLC) and one Mass spectrometer (UPLC-MS) installed in our laboratory in building. 49, room 6A 67, and two additional analytical HPLC systems located in building 10, room B3C342. These instruments are used for the purification, detection and analysis of new chemical compounds synthesized in this lab while we are pursuing NIMH goal which is the discovery of ligands for imaging brain receptors in animal models and in human. Specifically, the NIMH requires the following: A one (1) year complete Extended Warranty Plus contract for each of these instruments. � DESCRIPTION OF REQUIREMENT � Independently and not as an agent of the Government, the Contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government as needed to perform the requirements below: Additional parts or labor that exceed the specifications agreed to at award are outside the scope of this order, and a new price quotation shall be provided for such items. No work shall commence on any parts or labor outside the terms of this agreement unless new funds have been obligated for that purpose. Standard upkeep and maintenance will be required for the following systems and components: Liquid Chromatograph Mass Spectrometer (LCMS-2020) HPLC System Controller (CBM-20A) Prominence HPLC Photo Diode Array Detector (SPD-M20A) Prominence HPLC Column Ovens (CTO-20AC) Parallel Double Micro Plunger Type solvent delivery (LC-20AD) Preparative Pump (LC-20AP) Auto sampler for VP Series HPLC System (SIL-10AP) Prominence HPLC Auto samplers (SIL-20 ACHT) Fraction Collector (FRC-10A) Detector with network switch (CBM-20A) HPLC analytical pump (LC-20AD) Degassing unit (DGU-20A3R) Auto sampler for UFLC Series HPLC System (SIL-20AHT UFLC) Detector with network switch (SPD-M20A PDA) � The following are the minimum expected during performance of the contract. Any other maintenance required to keep the systems in good working condition are to be performed as well. LCMS-2020 Replace oil in rough pump Refurbish ESI and APCI probes Replace DL pipe assay Inspect and clean oil mist filter Clean spray chamber, orifice, Q-array, O-rings, skimmer, and octapole assembly Run automatic inspection test for RF, gas, and temperature control Adjust rough pump balance Auto-tune and calibration Evaluate performance with standard sample SIL-20 A/C, SIL-20HT A/C and SIL-20AHT UFLC Replace suction filter, needle seal, LPV and HPV stators, metering pump plunger and seal, needle, and sample loop Clean LPV and HPV rotors, guide rails and feed screws Ensure proper purge operation Check all cable connections Teach injection port and rack conditions Confirm needle position at injection port and sample vial SPD-M20 A Clean dust from instrument Replace flow filter sheet, cell gaskets, flow cell lenses, D2 lamp, and tungsten lamp Perform wavelength accuracy check and �Set light exposure test� Replace filter sheet LC-20 AD and LC-20 AP Remove dust from fan and electronics Replace plunger seals, rinse diaphragms, plungers, in-line and suction filters, inlet and outlet check valves Clean line filter housing, pump heads Inspect drain valve assembly Lubricate oil pads, cams, and cam followers Perform flow rate check FRC-10 A Inspect flow path for leaks Ensure proper tubing routing and freedom of motion Check for mechanical integrity and proper operation of fraction head solenoid valve Test vial positions � DGU-20 A3R Remove dust from fan and electronics Replace suction filters Test leak sensor operation, adjust threshold if necessary Inspect flow paths for leaks Verify pressure reading if connected to a LC-20 series pump Test proper initialization and vacuum pump down CBM-20 A Remove dust from fan and electronics Perform memory check if data loss is acceptable to customer or backup/reload is viable Verify communication and connectivity to all peripherals including connected HPLC modules and PC Check/set proper time/date Inspect internal and external cable connections � CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION The determination by the Government to award a contract without providing for full and open competition is based upon the market research conducted. Specifically, Yair Bar-Haim is the only vendor in the marketplace that can provide the services required by NIMH. The intended source is: Shimadzu Scientific Instruments Inc 7102 Riverwood Dr Columbia, MD 21046-1245 CLOSING STATEMENT THIS SYNOPSIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, interested parties may identify their interest and capability to respond to this notice. 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. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. 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. 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. All responses must be received by the closing date and time of this announcement and must reference the solicitation number, NIH-NIMH-20004394. Responses must be submitted electronically to Thien Nguyen, Contract Specialist, at thien.nguyen2@nih.gov. U.S. Mail and fax responses will not be accepted.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/7d5dbf8e16f24644854028de93d18b3f/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN05737474-F 20200731/200729230142 (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 |