SOLICITATION NOTICE
J -- Maintenance and Repair Service for the Orbitrap Fusion Lumos Tribrid Mass Spectrometer and Subcomponents
- Notice Date
- 11/25/2024 9:50:36 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811210
—
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- 75N95025Q00026
- Response Due
- 12/2/2024 8:00:00 AM
- Archive Date
- 12/17/2024
- Point of Contact
- Hashim Dasti, Phone: 3014028225
- E-Mail Address
-
hashim.dasti@nih.gov
(hashim.dasti@nih.gov)
- Description
- Title: Maintenance and Repair Service for the Orbitrap Fusion Lumos Tribrid Mass Spectrometer and Subcomponents (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is 75N95025Q00026 and the solicitation is issued as a request for quotation (RFQ). This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13�Simplified Acquisition Procedures; FAR Subpart 13.5� Simplified Procedures for Certain Commercial Items; and FAR Part 12�Acquisition of Commercial Items, and is expected to exceed the simplified acquisition threshold. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2025-01, with effective date November 12, 2024. (iv) The associated NAICS code 811210 - Electronic and Precision Equipment Repair and Maintenance and the small business size standard is $34 million. This requirement is full and open with no set-aside restrictions. (v) This requirement is for the following services: The purpose of this requirement is to procure maintenance and repair support services for ThermoFisher manufactured laboratory equipment owned and operated by the National Institute on Aging. The contractor shall provide all the resources necessary to accomplish the tasks and deliverables described below. (vi) The Laboratory of Clinical Investigation (LCI) requires the uninterrupted use of Lumos Orbitrap Mass Spectrometer for ongoing and developing projects that include in depth proteomics analysis of human plasma samples, skeletal muscle biopsies and sorted white blood cell populations proteomics studies. This will also give the LCI a unique opportunity to run in depth screening and mapping of active posttranslational modifications that are critical for normal biological system operation. The contractor shall provide maintenance and repair support for the following instruments as part of the Orbitrap Fusion� Lumos� Tribrid� Mass Spectrometer: ORBITRAP FUSION LUMOS ETD Orbitrap Fusion Lumon ETD (Serial No. FSN20552) Ultimate 3000 NCS-3500RS NANO Nano-Cap-S (Serail No. 8151160) Dionex WPS-3000TPL RS Autosampler (Serial No. 8151560) Q Exactive HF Mass Spectrometer (Serial No. SN05164L) The Thermo Scientific Orbitrap Ascend (Serial No. FSN60178) Vanquish Neo-system (Serial No. SYS831246) Maintenance and repair support shall include all labor, travel, and replacement parts necessary to provide preventative maintenance support, install new instrument software upgrades and train staff in use of the new software, and troubleshoot problems in person and via telephone Monday thru Friday from 9AM to 5PM East Coast time. Replacement parts and software upgrades provided must be Original Equipment Manufacturer (OEM) certified. ThermoFisher-certified service technicians must be factory trained. There must be priority on-site response for the referenced equipment including; acknowledgement of repair requests within 24 business hours, and an onsite visit from a technician shall occur within 72 business hours. LEVEL OF EFFORT: The service shall be provided by a certified ThermoFisher technician who has trained specifically on these instruments. Labor will be determined by the extent of any technical issues, and the routine duration of a preventive maintenance (PM) visit one time during the year. GOVERNMENT RESPONSIBILITIES: Orbitrap Fusion� Lumos� Mass Spectrometer is installed in the proteomics lab located in the BRC at 08001C by the factory trained technicians. The government shall be expected to ensure that the service is performed to the users satisfaction, in a timely manner, and will allow access to the technician for onsite visits. DELIVERY OR DELIVERABLES: The contractor shall be required to ensure a timely delivery of both services and any replacement equipment delivered to the site, if that becomes necessary during the course of the year. Furthermore, the contractor shall be responsible for ensuring that the equipment is fully functional once any service has been completed. REPORTING REQUIREMENTS: The contractor shall be responsible for documenting any service that has been performed on the system. TRAVEL: Travel is required by technician and is included in the price. Unlimited repair inclusive of travel, parts, and labor. KEY PERSONNEL: ThermoFisher-certified technicians are required to perform the services. (vii) The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the anticipated period of performance is December 12, 2024 � December 11, 2025 and two (2) option years. (viii) The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at these addresses: https://www.acquisition.gov/browse/index/far https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html (End of provision) The following provisions apply to this acquisition and are incorporated by reference: FAR 52.204-7, System for Award Management (Nov 2024) FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020) FAR 52.204-29, Federal Acquisition Supply Chain Security Act Orders � Representation and Disclosures (Dec 2023) FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (Sep 2023) FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (May 2024) HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015) The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these addresses: https://www.acquisition.gov/browse/index/far https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html (End of clause) The following clauses apply to this acquisition and are incorporated by reference: FAR 52.204-13, System for Award Management Maintenance (Oct 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020) FAR 52.212-4, Contract Terms and Conditions�Commercial Products and Commercial Services (Nov 2023). Addendum to this FAR clause applies to this acquisition and is attached. FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000). Fill In: 30 days before the requested option exercise date for the option line. HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015) HHSAR 352.239-74, Electronic and Information Technology Accessibility (December 18, 2015) The following provisions and clauses apply to this acquisition and are attached in full text. Offerors MUST complete the provisions below and submit completed copies as separate documents with their proposal. FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Products and Commercial Services (Nov 2024) FAR 52.222-48 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Certification (May 2014). NIH Invoice and Payment Provisions (ix) The Government will evaluate quotations or offers in accordance with FAR 13.106-2 and award a purchase order from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: a. Technical capability of the item offered to meet the Government requirement; b. Price; and c. Past performance [see FAR 13.106-2(b)(3)]. Technical and past performance, when combined, are significantly more important than cost or price (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x) Offerors must include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications�Commercial Products and Commercial Services (Feb 2024), with its offer. If the offeror has completed FAR clause 52.212-3 at www.sam.gov, then the offeror does not need to provide a completed copy with its offer. (xi) There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xii) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xii) Responses to this solicitation must include sufficient information to establish the interested parties� bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s), product description, and any other information or factors that may be considered in the award decision. Such factors may include: past performance, special features required for effective program performance, trade-in considerations, probable life of the item selected as compared with that of a comparable item, warranty considerations, maintenance availability, and environmental and energy efficiency considerations. Responses to this solicitation must include clear and convincing evidence of the offeror�s capability of fulfilling the requirement as it relates to the technical evaluation criteria. The price proposal must include the labor categories, an estimate of the number of hours required for each labor category, fully loaded fixed hourly rate or each labor category, breakdown and rationale for other direct costs or materials, and the total amount. The Unique Entity ID from SAM.gov, 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. All quotations must be received by 11:00 A.M. Eastern, on December 2, 2024, and reference Solicitation Number 75N95025Q00026. Responses must be submitted electronically to Hashim Dasti, Contract Specialist, at hashim.dasti@nih.gov. Fax responses will not be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5fb5b1dfa73c49ea93318724ab2c7f86/view)
- Place of Performance
- Address: Baltimore, MD 21224, USA
- Zip Code: 21224
- Country: USA
- Zip Code: 21224
- Record
- SN07274482-F 20241127/241125230106 (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 |