Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 29, 2016 FBO #5271
SOURCES SOUGHT

J -- Maintenance services for two government owned Ab Sciex QTRAP5500 Mass Spectrometers

Notice Date
4/27/2016
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Rockville, Maryland, 20852, United States
 
ZIP Code
20852
 
Solicitation Number
SBSS-N02RC62565-24
 
Archive Date
5/17/2016
 
Point of Contact
Kimesha Leake, Phone: 2402765669, Jolomi Omatete, Phone: 2402766561
 
E-Mail Address
kimesha.leake@nih.gov, jolomi.omatete@nih.gov
(kimesha.leake@nih.gov, jolomi.omatete@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Notice Number: SBSS-N02RC62565-24 Issued By: National Cancer Institute (NCI), Office of Acquisitions (OA) http://www.nci.nih.gov or http://rcb.cancer.gov/rcb-internet/ Key Dates: Capability Statement Due Date: May 2, 2016 by 11:00 am Eastern This Small Business Sources Sought Notice (SBSS) is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the National Cancer Institute (NCI). The purpose of this Sources Sought Notice is to identify qualified Small Business concerns including 8(a), HUBZone or Service-Disabled Veteran-owned businesses that are interested in and capable of performing the work described herein. The NCI does not intend to award a contract on the basis of responses received nor otherwise pay for the preparation of any information submitted. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, 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. This requirement is assigned North American Industry Classification System (NAICS) code 811219 with a size standard of $20.5M. As a result of this Sources Sought Notice, the NCI may issue a Request for Quotation (RFQ). THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. However, should such a requirement materialize, no basis for claims against NCI shall arise as a result of a response to this Sources Sought Notice or the NCI's use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. The AB SCIEX QTRAP5500 mass spectrometers perform analysis and quantification of small molecules, primarily anti-cancer drugs in biological matrices. They are used in support of pharmacokinetic studies required in many of the ongoing clinical trials being conducted within the CCR. The instruments are integral to the work of the Clinical Pharmacology Program and are utilized extensively. As such, a comprehensive preventative maintenance and repair contract is essential for continued operation. In order to continue supporting many ongoing clinical trials, through analysis of patient samples, the AB SCIEX QTRAP5500 systems must be kept in optimum condition, with minimal downtime. This requires two preventative maintenance visits per year, along with any necessary repairs, all of which are carried out according to the manufacturer's exact specifications. The National Cancer Institute (NCI), Center for Cancer Research (CCR), Clinical Pharmacology Program plans to procure services to provide maintenance for two government-owned AB SCIEX QTRAP5500 mass spectrometers. Contractor Requirements are: To provide all labor, material and equipment to maintain two government-owned AB SCIEX QTRAP5500 mass spectrometers at the Clinical Pharmacology Program. This includes comprised of: 1. AB SCIEX TRAP5500 (named Q1) - SN: AU24721011 2. AB SCIEX TRAP5500 (named Q2) - SN: AU24061008 All maintenance service shall be performed in accordance with the manufacturer's standard commercial maintenance practices. The period of performance for this contract includes a base year and four year options. The base contract will commence June 1, 2016 and end May 31, 2017. Option years will be as follow: Option 1 - June 1, 2017 through May 31, 2018; Option 2 - June 1, 2018 through May 31, 2019; Option 3 - June 1, 2019 through May 31, 2020; Option 4 - June 1, 2020 through May 31, 2021. How to Submit a Response: 1. Page Limitations: Interested qualified small business organizations should submit a tailored capability statement for this requirement not to exceed 10 single sided pages including all attachments, resumes, charts, etc. (single spaced, 12 point font minimum) that clearly details the ability to perform the requirements of the notice described above. All proprietary information should be marked as such. Responses should include a minimum of a one page resume of the individuals meeting the requirements, and up to two pages demonstrating experience over the past two years meeting the requirements of this notice. Statements should also include an indication of current small business status; this indication should be clearly marked on the first page of your capability statement (preferable placed under the eligible small business concern's name and address). Responses will be reviewed only by NIH personnel and will be held in a confidential manner. Organizations shall demonstrate 1.) Technical Approach 2.) Personnel Requirements and Organizational Experience. 2. Due Date: Capability statements are due no later than May 2, 2016 by 11:00 am Eastern 3. Delivery Point: All information furnished must be in writing and must contain sufficient detail to allow the NCI to determine if it can meet the unique specifications described herein. All questions must be in writing and emailed to Kimesha.leake@nih.gov. A determination by the Government not to compete this 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 have valid registration and certification in the Central Contractor Registration (CCR) and the Online Representations and Certifications Applications (ORCA) through sam.gov. No collect calls will be accepted. Please reference number SBSS-N02RC62565-24 on all correspondence. 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 RFQ may be published in Fed Biz Opps. However, responses to this notice will not be considered adequate responses to a solicitation(s). Point of Contact: Inquiries concerning this Notice may be direct to: Kimesha Leake at Kimesha.leake@nih.gov. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/SBSS-N02RC62565-24/listing.html)
 
Place of Performance
Address: Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04097716-W 20160429/160427234936-91f97c7faf6b28eb8b6c8b7f48813727 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.