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 National Institute of Neurological Disorders and Stroke (NINDS) is a part of the National Institutes of Health (NIH), conducting research into the cause, treatment, and prevention of neurological disorders. The NINDS mission is to seek fundamental knowledge about the brain and nervous system and to use that knowledge to reduce the burden of neurological disease. Protein/Peptide Sequencing Facility (PSF) offers Mass Spectrometry-based Proteomics Services to labs at NINDS and NIH neuroscience community. Maintenance support services will ensure continuity of research and equipment functionality.
Purpose and Objectives: The purpose of this acquisition is to acquire maintenance services to support a a Thermo Fisher Orbitrap Fusion Lumos ETD LC-MS system used by the NINDS Protein/Peptide Sequencing Facility (PSF). To ensure standardization of research data and continuation of equipment warranties, maintenance may only be performed by the original equipment manufacturer, Thermo Electron North America LLC.
The purpose of this requirement is to obtain preventive maintenance services on existing Government-owned laboratory equipment manufactured by Thermo Electron. The contractor shall be an Original Equipment Manufacturer (OEM) Authorized Service Provider of the Thermo Fisher Orbitrap Fusion Lumos ETD LC-MS system, and all services shall be performed by OEM certified factory-trained technicians using genuine OEM parts.
Project requirements: Independently and not as an agent of the Government, the Contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government as needed to perform the Statement of Work below.
Scope: Contractor shall maintain and repair the Ultimate 3000 HPLC and Fusion Lumos ETD Mass Spectrometer to ensure they operate within the manufacturer's standard product specifications as determined by Thermo Fisher. Contractor shall provide labor and parts needed.
2. Preventative Maintenance (PM):
Contractor shall provide one PM per calendar year. during each twelve-month period. Each inspection will evaluate instrument performance and provide calibrations, alignments, lubrication and part replacement as necessary to maintain the instrument operation substantially in accordance with the published technical specifications for the instrument. Inspections must comply with Original Equipment Manufacturer (OEM) equipment manuals.
3. Service and Repair:
Contractor shall provide unlimited technical support (telephone) and service repairs at no additional cost to the Government. If technical support is unsuccessful, contactor shall provide unlimited number of demand on-site service visits with a maximum 72-hour response.
Contractor shall provide OEM certified parts for preventative maintenance and service repairs, except for consumables, at no additional cost to the Government. Shipping and handling parts under warranty or contract shall not be charged to the Government.
Contractor shall provide an OEM service technician to perform preventive maintenance inspections, service repairs and technical support.
GOVERNMENT RESPONSIBILITIES:
Government shall provide Contractor personnel reasonable access to the Equipment whenever Service is required. Customer shall cooperate with Contractor personnel so that Service can be performed efficiently and without interruption. Contractor shall be allowed use of Customer Equipment which Thermo Fisher personnel deem necessary to perform the Services.
DELIVERY OR DELIVERABLES:
The contractor shall provide maintenance/repair reports at conclusion of each visit or within two business days of visit.
Anticipated period of performance:
April 30th, 2019 through April 29th, 2020 (base)
April 30th, 2020 through April 29th, 2021 (year 1)
April 30th, 2021 through April 29th, 2022 (year 2)
April 30th, 2022 through April 29th, 2023 (year 3)
Other important considerations: All service technicians providing services under this requirement must be original equipment manufacturer (OEM) certified to perform maintenance on Thermo Fisher Orbitrap Fusion Lumos ETD LC-MS. Service technicians must have completed any OEM-required training for this certification. The contractor must provide copies of these certificates for all service for this requirement, if requested by Contracting Officer's Representative.
Capability statement /information sought. Clearly indicate whether respondents must provide, as part of their responses, a capability statement, "white paper," answers to questions/issues, etc. This may include requests for:
• respondents' opinions about the difficulty and/or feasibility of the potential requirement or proposed acquisition, possible solutions and approaches that may currently exist in the marketplace, and information regarding innovative ideas or concepts;
• information regarding respondents': (a) staff expertise, including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information;
• general information regarding the respondent's estimate or rough order of magnitude of the effort or time that may be required for completion of the work. (NOTE: This type of information may only be requested as part of an RFI. However, care must be exercised in requesting such information. Information requested must be: (a) necessary; (b) broad in scope; and (c) used for planning purposes only. Detailed estimates must not be requested.);
The respondent must also provide their DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HubZone, etc., pursuant to the applicable NAICS code and any other information that may be helpful in developing or finalizing the acquisition requirements.
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 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.
The response must include the respondents' technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses.
All responses to this notice must be submitted electronically to the Contract Specialist and Contracting Officer. Facsimile responses are NOT accepted.
The response must be submitted to Andrea King at e-mail address [email protected].
The response must be received on or before 9 March 2019, 3PM Eastern Time.
"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 Federal Business Opportunities. 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)."