Purpose
The purpose of this requirement is acquisition of a maintenance agreement to support National Center for Advancing Translational Sciences (NCATS) Analytical Group equipment used by NCATS researchers. Specifically, NCATS owns one LCMS System (LCMS-86003) and one LCMS TOF System (TOF2), created by original equipment manufacturer (OEM) Agilent, which require annual maintenance to ensure continued full function. To ensure that research data remains standardized across the NCATS Chemistry Section, only OEM service and parts are acceptable to meet the needs of this requirement.
Project Requirements
The Contractor must be able to a maintenance agreement for the equipment detailed in the "Project Requirements" document attached to this solicitation.
PLEASE NOTE: PRE-EXISTING CONDITIONS. All instrumentation detailed in the project requirements attachment was in good working order as of January 2014 when a previous service contract expired. Since then, the turbo pump on the TOF MS has stopped working. In addition, the flow cell for the diode array detector on the Agilent 1290 appears to be leaking. The other equipment/components detailed in this solicitation appear to remain in good working order. AS PART OF THIS REQUIREMENT, THE AFOREMENTIONED PRE-EXISTING CONDITIONS MUST BE REPAIRED. Please be sure to include the immediate repair and/or replacement of the flow cell and the turbo pump in submitted maintenance offers.
Period of Performance
It is anticipated that the period of performance shall be August 18, 2014 through February 17, 2015.
Contract Type
The Government intends to issue a firm fixed price purchase order for this requirement.
APPLICABLE CLAUSES AND PROVISIONS
FAR clause 52.213-4 Terms and Conditions - Simplified Acquisitions applies to this acquisition.
The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.
EVALUATION CRITERIA
The Government will award a purchase order resulting from this solicitation on the basis of lowest price technically acceptable. Technical acceptability will be evaluated based upon the following:
1. The Offeror must include all services detailed in the project requirements in its quotation.
2. The Offeror must provide documentation indicating that only OEM technicians/engineers, parts, and accessories will be used to perform the project requirements.
RESPONSE FORMAT
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 quotation must include service descriptions per the requirements listed above as well as associated pricing. THIS REQUIREMENT SHALL NOT BE AWARDED AS A GSA SCHEDULE TASK ORDER AND PRICE QUOTATIONS SHOULD BE PROVIDED ACCORDINGLY.
Contractors must provide their Company Name, Dun & Bradstreet Number (DUNS), Taxpayer Identification Number (TIN), Business Size, Physical Address, and Point of Contact Information in their responses. 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 of this announcement and must reference solicitation number HHS-NIH-NIDA-SSSA-CSS-14-504. Responses shall be submitted electronically via email to Lauren Phelps, Contract Specialist, at [email protected].