This is a notice of intent, not a request for a quotation. A solicitation document will not be issued and quotations will not be requested.
The National Institute of Health (NIH), Clinical Center (CC), intends to award a fixed price task order to AB Sciex, Redwood City, CA 94065-1217 under existing GSA contract GS-07F-0092X. The Sciex 7500 System for the HPLC-MS / Chemistry Service is beneficial for the overall workload efficiency and the improvement of existing tests offered. This instrument system is compatible with the current testing methods and is important for analyzing patient care and research protocol specimens in the HPLC-MS section of the Department of Laboratory Medicine.
For this notice the government intends to purchase the open market information tecnnology (IT) components including PC and monitor, components and supplies for the Sciex Qrap 7500 unavailable on the GSA contract. The additional components for the mass spectrometer shall not exceed the Simplified Acquisition Threshold (SAT), $250,000.00.
The system is not sold in the US by any distributors or other third parties. AB Sciex is only known vendor that can supply the compatible components and supplies listed below:
ABSX Protect Plus 2PMProtect Plus 2PM QTY 1
4376878Synergy 4U fusion RP80A 50X2 QTY 1
4376887Triazine Standard Mixture QTY 1
5077206Kit MS single tuning solution kit QTY 1
5076230 UPS Powervar Security Plus II QTY 1
5056702 SCIEX Welcome Gift Box QTY 2
5053490 MS Office 2016 Professional Plus ISV Global Kit QTY 1
TRNLP003SCIEX University Success Master15079182Bench QTY 1
MS Bench15079181Gen Genius XE Sci 2 Gas Generator QTY 1
ABSX Vendor Protect 1PM12 month Vendor Protect with 1 pm QTY 1
4464381Column Oven, CTO-20AC Shimadzu QTY 1
4463853 QTY 1
4463853 QTY 1
ABSX LC Protect 1PM QTY 1
4463851
4465708
4464426
4464310
4465786
4465787
5054489
4464304
4465784
4465785 QTY 5
This overall system will allow the Department of Laboratory Medicine to provide continuous, consistent results with test methodologies currently used to provide quality and accuracy of results for patient care testing and research protocols. Moreover, because some research protocols extend over several years, it is very important for laboratory values to remain consistent through the same testing methodologies and using instrumentation manufactured by the same vendor.
This acquisition is being conducted under the authority of the FAR Subpart 13.106-1(b)(1)(i), Only one source reasonably available. Interested concerns capable of providing the same or similar products or services as described in this notice may submit a capability statement outlining their capabilities. Capability Statements must be received within the time set forth in this synopsis to be considered by the Government. A determination to compete this proposed contract based on responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
Each response should include the following Business Information:
a. DUNS.
b. Company Name, address, POC, Phone and Email address
c. Current GSA Schedules or NAICS codes appropriate to this Award.
d. Type of Company (i.e., small business, 8(a), woman owned, hubZone, veteran owned, etc.) as validated in System For Award Management (SAM). All offerors must register on the SAM located at http://www.sam.gov/portal/SAM/#1
e. Capability Statement
Comments to this announcement may be submitted to the Clinical Center, Office of Purchasing and Contracts, prior to the closing date specified in this announcement, electronically to the attention of Malinda Dehner, Contract Specialist, [email protected] by the due date and time marked in this notice.