Federal Bid

Last Updated on 13 Sep 2019 at 8 AM
Sources Sought
Location Unknown

Service agreement renewal for Shimadzu HPLC and LCMS

Solicitation ID 75N91019Q00150
Posted Date 29 Aug 2019 at 11 AM
Archive Date 13 Sep 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office National Cancer Institute, Office Of Acquisitions - Shady Grove
Agency Department Of Health And Human Services
Location Andorra
Service agreement renewal for Shimadzu HPLC and LCMS

Document Type: Sources Sought Notice
Solicitation Number: 75N91019Q00150
Posted Date: 08/22/2019
Response Date: 08/29/2019
Classification Code: J066 - Maintenance, Repair, Rebuild of Equipment
NAICS Code: 334516 - Analytical Laboratory Instrument Manufacturing (1000 employees).

Contracting Office Address
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Bethesda, MD 20892.

Description

This is a sources-sought to determine the availability of potential sources having the skills and capabilities necessary to perform/provide the SPECIFIED REQUIREMENT. All interested vendors are invited to provide information to contribute to this market survey/sources sought synopsis only. Questions should be submitted by email to [email protected]. Provide only the requested information below. The purpose of this synopsis is to gain knowledge of potential qualified sources and their size classification (Service Disabled/Veteran Owned Small Business (SDVOSB/VOSB), Hub-zone, 8(a), small, small disadvantage, woman-owned small business, or large business) relative to 334516 NAICS Code for Analytical Laboratory Instrument Manufacturing. Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources-sought synopsis, a solicitation announcement may be published on the FBO website. Responses to this sources-sought synopsis are not considered adequate responses to any future solicitation announcements. All interested offerors will have to respond to the solicitation announcement in addition to responding to this sources-sought announcement.

The Contractor shall provide all labor, material and equipment necessary to maintain and provide preventive maintenance for a Shimadzu HPLC and LCMS located in the Molecular Imaging Program, CCR, NCI. Both instruments are used to analyze biological and chemical compounds for pre-clincial research for NIR-PIT imaging. All maintenance services shall be performed on-site in accordance with the manufacturer's standard commercial maintenance practices.

SPECIAL ORDER REQUIREMENTS

PREVENTIVE MAINTENANCE

The Contractor shall perform 1 planned preventive maintenance during the contract period for each instrument. Technically qualified factory-trained personnel shall perform Service. Service shall consist of a thorough cleaning, calibration, adjusting, inspection, and testing of all equipment in accordance with the manufacturer's latest established service procedures. All equipment shall be operationally tested through at least one (1) complete operating cycle at the end of the preventive maintenance inspection to assure optimum and efficient performance.

EMERGENCY SERVICE

On-site, emergency repair service visit shall be provided during the term of this contract at no additional cost to the government. Emergency service shall be provided during normal working hours, Monday through Friday excluding Federal Holidays. Upon receipt of notice that any part of the equipment is not functioning properly the Contractor shall send a qualified factory-trained service representative to inspect the equipment and perform all repairs and adjustments necessary to restore the equipment to normal and efficient operating condition. Emergency service calls shall not replace the necessity for planned preventative maintenance. All labor and travel will be included.

REPLACEMENT PARTS

The Contractor shall furnish all required replacement parts at no additional cost to the Government, with the exception of consumables. Parts shall be new to original equipment specifications. Parts will be delivered the earliest next day.

SOFTWARE UPDATES/SERVICE

The Contractor shall provide Software Service and updates in accordance with the manufacturer's latest established service procedures, to include telephone access to technical support for use of program software and trouble shooting of the operating systems, at no additional cost to the Government. The contractor shall receive advance approval for the installation of all software updates and revisions from the Government. Defective software shall be replaced at no additional cost to the government.

SERVICE EXCLUSIONS

The Contractor shall not be responsible for any repairs necessitated by abuse, neglect, vandalism, Acts of God, fire or water. These repairs shall be the subject of a separate purchase order and shall not be performed under this contract.
PERSONNEL QUALIFICATIONS
Technically qualified factory-trained personnel shall perform service to Shimadzu HPLC ad LCMS, as covered by this contract. All primary service personnel shall have at least one backup support person with at least the same level of expertise on the equipment covered by this contract.
All responses and questions shall be emailed to William Neal, Contracting Officer, via electronic mail at [email protected]. A determination by the Government not to compete this proposed 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 be registered and have valid certification in the System for Award Management (SAM) through SAM.gov. Reference: 75N91019Q00150 on all correspondence.

This notice is not a request for competitive quotation. The statement of capabilities and any other information furnished must be in writing and must contain material in sufficient detail to allow NCI to determine if the party can perform the requirement. Responses must be received via electronic mail at [email protected] by 12:00 PM EST, on August 29, 2019.

Responses should include both the STATEMENT OF CAPABILITY and BUSINESS SIZE AND SOCIO-ECONOMIC STATUS information as explained below. This notice is to assist with determining sources only. If a solicitation is issued it will be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement.

REQUESTED INFORMATION: (1) STATEMENT OF CAPABILITY: Submit a brief description [ten (10) pages or less] that includes product specifications. Include past experience with performing this type of service for Government (Federal or State) agencies, or for a private medical facility. Please indicate your address (2) BUSINESS SIZE AND SOCIO-ECONOMIC STATUS: (a) Indicate whether your business is large or small (b) If small, indicate if your firm qualifies as a small, emerging business, or small disadvantaged business (c) If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act (d) Indicate if your firm is a certified Hub-zone firm (e) Indicate if your firm is a woman-owned or operated business (f) Indicate if your firm is a certified Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB)(g) Include the DUNS number of your firm. (h) State whether your firm is registered with SAM System for Award Management www.sam.gov/. If not, please NOTE: any future solicitation can only be awarded to a contractor who is registered in SAM.

Bid Protests Not Available

Similar Past Bids

Location Unknown 09 Sep 2019 at 12 PM
Institute West virginia 31 May 2019 at 5 PM
Ricketts Iowa 29 Aug 2016 at 1 PM
Pennsylvania 01 May 2021 at 4 AM
Pennsylvania 30 Apr 2021 at 4 AM

Similar Opportunities