Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 04, 2024 SAM #8408
SOLICITATION NOTICE

J -- Notice of Intent- Essential Support Plan for Thermo Fisher nanoLC-Lumos Mass Spectrometer

Notice Date
12/2/2024 4:21:49 PM
 
Notice Type
Presolicitation
 
NAICS
811210 —
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N95025Q00066
 
Response Due
12/5/2024 9:00:00 AM
 
Archive Date
12/20/2024
 
Point of Contact
Kelly Dempsey
 
E-Mail Address
kelly.dempsey@nih.gov
(kelly.dempsey@nih.gov)
 
Description
NON-COMPETITIVE SYNOPSIS/NOTICE OF INTENT Title: Essential Support Plan for Thermo Fisher nanoLC-Lumos Mass Spectrometer (i) This acquisition is conducted under the authority of Federal Acquisition Regulation (FAR) 13- Simplified Acquisition Procedures. The National Institute on Drug Abuse (NIDA), Office of Acquisition (OA), on behalf of the National Institute of Neurological Disorders and Stroke (NINDS), intends to negotiate and award a purchase order without providing for full and open competition (including brand-name) for a service contract for the Thermo Fisher nanoLC-Lumos Mass Spectrometer to the following: Thermo Electron North America, LLC 1400 Northpoint Parkway, Suite 50 West Palm Beach, FL 33407 This acquisition is conducted as non-competitive for a commercial item or service and is conducted pursuant to FAR 13.106-1(b)(1). The rationale for the justification is that Thermo Fisher is the only authorized service for the nanoLC-Lumos Mass Spectrometer Thermo Electron has proprietary rights to the design and software utilized by these instruments and is the only company with access to proprietary performance verified component parts, spare parts, software, technical support, upgrades and engineering resources to maintain the original operating specifications. Additionally, Thermo Fisher Scientific Field Service Engineers are the only company-certified and factory-trained engineers available to service these instruments. Period of Performance December 10, 2024- December 9, 2025 December 10, 2025- December 9, 2026 December 10, 2026- December 9, 2027 December 10, 2027- December 9, 2028 December 10, 2028- December 9, 2029 (ii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2024-02, with effective date 1/22/2024. (iii) The associated NAICS code is 811210 - Electronic and Precision Equipment Repair and Maintenance. and the small business size standard is $34M. This requirement will have no set-aside restrictions. (iv) This requirement is for the following items: The National Institute of Neurological Disorders and Stroke�s (NINDS) Proteomics Core Facility (PCF) provides protein identification, protein post-translational modification mapping, and protein quantitation services for NIH-wide investigators. The facility is also utilized for collaborations involving various complicated protein quantitation strategies. The Thermo Fisher Orbitrap nanoLC-Lumos mass spectrometer system is essential for all services provided at PCF core. The option years of preventive maintenance services contract ended in FY2024. The service contract of the Thermo Fisher nanoLC-Lumos Mass Spectrometer system will expire on 12/9/24. To minimize the downtime of the core services, the coverage will need to be continued from 12/10/24 to 12/9/25. (v) The Government anticipates award of a firm fixed-price purchase order for this acquisition, the place of performance being NIH�s Main Campus, 49 Convent Drive, Building 49, Room 2B63, Bethesda, MD 20892. This synopsis is not a request for competitive proposals. All responsible sources may submit a capability statement, however, which shally be considered by the Agency. Responses to this notice must include clear and convincing evidence of the Offeror�s capability of fulfilling the requirement. In addition to the Unique Entity Identifier (UEI), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM), www.sam.gov. A determination by the Government not to compete this requirement based upon the responses to this notice is solely within the discretion of the Government. The information received will normally be considered for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. All respomses must be received by 12 PM Eastern Time on December 5, 2024. Responses must be submitted electronically to Kelly Dempsey, at kelly.dempsey@nih.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f60ef19322d940bca15d1988104f3610/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN07278704-F 20241204/241202230108 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.