Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 28, 2025 SAM #8523
SPECIAL NOTICE

J -- Notice of Intent to Sole Source: Service/maintenance agreement for the Agilent G6546 LC-QTOF system in the ACC group at NCATS

Notice Date
3/26/2025 8:56:40 AM
 
Notice Type
Special Notice
 
NAICS
811210 —
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N95025Q00153
 
Response Due
4/2/2025 9:00:00 AM
 
Archive Date
04/17/2025
 
Point of Contact
Kaitlyn Landi, Phone: 3018271804, Khurram Shaikh, Phone: 3014351777
 
E-Mail Address
kaitlyn.landi@nih.gov, kj.shaikh@nih.gov
(kaitlyn.landi@nih.gov, kj.shaikh@nih.gov)
 
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 on Drug Abuse (NIDA), Office of Acquisition (OA) the National Center for Advancing Translational Sciences (NCATS), intends to negotiate and award a purchase order without providing for full and open competition (including brand-name) to Agilent Technologies Inc., 2850 Centerville Road, Wilmington DE 19808-1610 for Service/maintenance agreement for a service/maintenance agreement for the Agilent G6546 LC-QTOF system in the ACC group at NCATS. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE and SET ASIDE STATUS The intended procurement is classified under NAICS code 811210 Electronic and Precision Repair and Equipment. 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) 2022-08 dated October 22, 2022. DESCRIPTION OF REQUIREMENT PURPOSE AND OBJECTIVES: The ACC group at NCATS is in need of a service/maintenance agreement covering the Agilent G6546 LC-QTOF system to help ensure its continuing operation and functionality. The National Center for Advancing Translational Sciences (NCATS) focuses on getting more treatments to more patients more quickly. Several thousand genetic diseases affect humans, of which only about 500 have any treatment. NCATS is directly addressing this problem by discovering new technologies and other approaches that could greatly accelerate the process of developing and deploying solutions that can be used by all translational researchers. The Agilent Liquid Chromatography/Mass Spectrometry (LCMS) systems are integral to research at NCATS. These systems allow scietists to utilize analytical capabilities to a wide variety of applications. The Agilent Rapid-Fire Systems are microplate-based high-throughput mass spectrometry (MS) analysis platform. These systems integrate microplate storage, microplate handling, sample cleanup, and delivery to MS systems. The Rapid-Fire systems automate solid-phase extraction (SPE) and sample delivery from microplates to mass spectrometers. These systems replace traditional liquid chromatography (LC) separation steps and decrease processing time for samples. The goal of this agreement is to ensure instrumentation remains operational and performs in accordance with its original equipment manufacturers operational specifications. Contractor shall provide all labor, material, and equipment for preventative maintenance for the Agilent systems listed within. This service agreement coverage of the Agilent G6546 LC-QTOF system is to include the below coverage for the following systems - SG2236E201; USBBZ00106; SG22419064; IT22345142; USBBY00101; DEBBP47361; USBBX00105: - Unlimited telephone support, hardware/software - All repairs performed by Agilent certified engineers - Travel costs - Labor costs - Agilent certified parts required for repairs - Consumables used during repairs - Annual preventative maintenance (PM) visit - Consumables used during PM visit - Agilent service guarantee (guaranteed replacement if repairs are not successful) ESTIMATED PERIOD OF PERFORMANCE: One year ARO 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, S Agilent Technologies Inc., 2850 Centerville Road, Wilmington DE 19808-1610 is the only vendor in the marketplace that can provide the services required by NIDA . The intended source is: Agilent Technologies Inc., 2850 Centerville Road, Wilmington DE 19808-1610 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 Unique Entity ID (UEI), 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, 75N95025Q00153. Responses must be submitted electronically to Kaitlyn Landi, Contract Specialist, at kaitlyn.landi@nih.gov and KJ Shaikh, Contracting Officer, at kj.shaikh@nih.gov. U.S. Mail and fax responses will not be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e2c811c9be4f4aca8b8a9f5e97811d1d/view)
 
Record
SN07386170-F 20250328/250326230050 (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.