SOURCES SOUGHT
J -- Service Maintenance for the Thermo ID-X & Vanquish UPLC Mass Spectrometer System
- Notice Date
- 3/22/2023 10:31:29 AM
- Notice Type
- Sources Sought
- NAICS
- 811210
—
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NICHD BETHESDA MD 20817 USA
- ZIP Code
- 20817
- Solicitation Number
- NICHD-23-096
- Response Due
- 3/29/2023 6:00:00 AM
- Point of Contact
- Kerry-Ann Chisholm, Amber Harris
- E-Mail Address
-
kerry-ann.chisholm@nih.gov, amber.harris@nih.gov
(kerry-ann.chisholm@nih.gov, amber.harris@nih.gov)
- Description
- Ordering Agency NIH/Eunice Kennedy Shriver National Institute of Child Health and Human Development, (NICHD) Requiring Agency NIH/National Institute of Diabetes and Digestive and Kidney Diseases (NIDDK) Reference Number NICHD-23-096 Project Title Service Maintenance for the Thermo ID-X & Vanquish UPLC Mass Spectrometer System NAICS Code 811210� Electronic and Precision Equipment Repair and Maintenance ($34M) Posted Date March 22, 2023 Current Response Date March 29, 2023 @ 9:00 AM EST INTRODUCTION This is a Small Business Sources Sought Notice. This is NOT a solicitation (e.g., Invitation for Bids (IFB), Request for Proposals (RFP), Request for Quotations (RFQ), etc.). The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small business; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition; and (4) availability of domestic sources manufactured in the United States in sufficient and reasonably available commercial quantities and of a satisfactory quality. For equipment/supply requirements, responses must include the place of manufacturing (i.e. address if supply/equipment is a domestic end product and include country of manufacture). For equipment/supply requirements, small businesses must also address the size status of the manufacturer under the applicable NAICS code (i.e. address Non-Manufacturer Rule). Other important considerations:� In case domestic sources are available and capable of fulfilling the Government�s need, and a future solicitation is published, the Government will use evaluation preferences in accordance with FAR 25. Your responses to the information requested will assist the Government in its acquisition method planning, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. The NAICS code for this project is 811210: Electronic and Precision Equipment Repair and Maintenance, with a Small Business Association (SBA) size standard of $34M. This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition.� It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract.� Responses will not be considered as proposals or quotes.� No award will be made as a result of this notice.� The Government will NOT be responsible for any costs incurred by the respondents to this notice.� This notice is strictly for research and information purposes only. BACKGROUND The NIDDK supports a wide range of medical research through grants to universities and other medical research institutions across the country. The Institute also supports government scientists who conduct basic, translational, and clinical research across a broad spectrum of research topics and serious, chronic diseases and conditions related to the Institute's mission. In addition, the NIDDK supports research training for students and scientists at various stages of their careers and a range of education and outreach programs to bring science-based information to patients and their families, health care professionals, and the public. The ID-X & Vanquish UPLC mass spectrometer system is NIDDK�s most sensitive and highest resolution mass spectrometer (LC-HRMS) within the Clinical Mass Spectrometry Core.� It performs most of the quantitative analysis for clinical studies and clinical research projects.� Such an instrument must be operated continuously and has several complex sub-systems which have many types of potential failures.� Downtime and more importantly the length of downtime will significantly impact the ability of the Core to perform clinical studies.� The core�s project load is currently requiring some samples to be run over weekends. A service contract with the instrument supplier provides an efficient route for maintaining the instrument making it possible to use one instrument rather than operating two. The objective of this requirement is to acquire a service contract for the mass spectrum system. The Government�s estimated period of performance is: Base Year:� � � � 5/17/2023-05/16/2024 Option Year 1:�� 5/17/2024-05/16/2025 Option Year 2:�� 5/17/2025-05/16/2026 Payment breakdown for services is: �Quarterly (in Arrears). PROJECT REQUIREMENTS SALIENT / REQUIRED FEATURES AND SPECIFICATIONS: Required features that will assist the NIDDK mission goals: Field Service Engineer labor, travel, and parts required for Corrective Maintenance visits with a targeted response time of 3 business days A certified service engineer will conduct diagnosis and Corrective Maintenance procedures using the latest digital remote support tools One (1) scheduled annual Preventive Maintenance visit (a standard PM kit is included) Instrument Requalification (RQ) in conjunction with a scheduled Corrective Maintenance with a purchase of an add-on Operational Qualification (OQ) Computers that were purchased from Thermo Fisher Scientific and required for the operation of the analytical system Software and firmware updates upon request and in conjunction with a scheduled Preventive Maintenance or Corrective Maintenance visit (updates are defined as changes of the existing software version that are intended to improve its performance) TASK AREAS: Task Area 1 � Shipping � Maintenance will be performed at National Institutes of Health, NIDDK, 9000 Rockville Pike, Maryland 20892. Task Area 2 � Support: Support includes preventive maintenance cleaning and service of the Thermo ID-X and Vanquish as needed to maintain the instrument in optimum working condition. Task Area 3 � Warranty: There is a one-year standard warranty Capability Statement / information sought If your organization has the capability to perform the services described in below, please provide a tailored Capability Statement with appropriate documentation supporting claims of organizational and staff capability to perform the project requirements outlined in the sections below, including information regarding prior completed projects of similar nature. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. Each response should also include the following business information: Company name Company address Unique Entity Identifier (UEI) Point of contact (including name, title, address(es), telephone and fax number, and e-mail address NAICS code / Business classification size Socio-economic status pursuant to the applicable NAICS code(s) corresponding to your primary business activities (e.g., 8(a), HUBZone, VOSB, SDVOSB, WOSB, or SDB). List of ALL current Government Schedule Contracts/Government-Wide Acquisition Contracts held by the company (if applicable) Capability statements submitted as a result of this announcement should demonstrate the offerors� qualifications and experience, specifically providing evidence as to their capability to perform this requirement. Potential sources must demonstrate and document their unique and specialized knowledge and expertise to successfully complete Task Areas 1 through 3 in their capability statements. Personnel/Management: Adequacy, appropriateness and relevance of expertise, experience, qualifications, and availability of the key professional and technical staff with a project of similar size, scope, and complexity. Past Performance: Past performance is considered essential. In addition to demonstrating that they have met the above qualifications, interested parties must identify at least three other projects of similar size and complexity. �____________________ One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2� x 11� paper size, with 1� top, bottom, left and right margins, and with single or double spacing. The information submitted must be in and outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein.� A cover page and an executive summary may be included but is not required. The response is limited to ten (10) page limit.� The 10-page limit does not include the cover page, executive summary, or references, if requested. SUBMISSION INSTRUCTIONS Capability Statements Capability Statements should be submitted electronically to Kerry-Ann Chisholm at kerry-ann.chisholm@nih.gov. Telephone and facsimile responses will not be accepted. Capability Statements/Responses are requested to be submitted on or before March 29, 2023 at 9:00 AM EST. Questions All questions and/or comments must be in writing and emailed to Kerry-Ann Chisholm at kerry-ann.chisholm@nih.gov. Comments and questions will NOT be answered but will assist in creating a solicitation for this requirement. Telephone inquiries will NOT be accepted. NOTE: In submitting a response, a Respondent is solely responsible and accountable for all expenses associated with its response. The Government is under no obligation to acknowledge receipt of the information received or provide feedback to Responders with respect to any information submitted. Responses to this notice will not be returned. Disclaimer and Important Notes: �This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization�s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a presolicitation synopsis and solicitation may be published in www.sam.gov. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). NICHD personnel may contact any company responding to this notice to clarify its capabilities/submitted information as part of its market research. FAR Provisions The following provision is applicable to this notice and is hereby incorporated by reference: FAR 52.215-3 Request for Information or Solicitation for Planning Purposes (Oct 1997). The full text of this provision is available at: https://www.acquisition.gov/far/part-52.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9c8380f898da481bbbab9db917cbab15/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN06627404-F 20230324/230322230121 (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 |