Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 02, 2006 FBO #1802
SOLICITATION NOTICE

J -- Maintenance Agreement - Wters UPLC-Qtof MS Metabolomics

Notice Date
10/31/2006
 
Notice Type
Solicitation Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 6120 Executive Blvd. EPS Suite 600, Rockville, MD, 20852, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-NCI-70006-NV
 
Response Due
11/9/2006
 
Archive Date
11/24/2006
 
Description
The National Institutes of Health (NIH), National Cancer Institute (NCI), Laboratory of Metabolism (LM) intends to procure on a sole-source basis with Waters Corporation, 34 Mapple St., Milford, MA 01757 for service and maintenance of a Waters UPLC-Qtof Premier Metabolomics System. The service and maintenance agreement will be for a one year period with two one year option periods. This instrument collects and identifies small molecules from multiple biological matrixes and supports the Metabolomics research in the Laboratory of Metabolism. The Metabolomics program seeks to develop (and license) novel small molecule biomarkers for cancer, toxicity, radiation exposure and other diseases. It is critical that the equipment is calibrated accurately and maintained according to the manufacturer's specifications. Any deviation from the specifications could ruin countless hours of work, distort further studies. The data collection software supplied with this equipment, which acts as the instruments operating system, is proprietary and updates and patches are solely available through Waters Corporation. Waters Corporation is the only manufacturer which has all the required documents and schematics necessary to service Waters UPLC and MS Products; including Breeze systems, so that they are maintained at design specifications. The specifications necessary to manufacture spare parts are proprietary to Waters Corporation. They do not have agreements to supply spare parts with any distributors or service providers, and do not provide Service Engineer level training to anyone except Waters Field Service Engineers. Waters will provide: 1) one preventive maintenance inspection each year; 2) emergency repair services will be provided on an unlimited basis; 3) the vendor will furnish all required replacement parts at no additional cost to the Government, with the exception of consumable parts; and 4) the vendor will provide software services to include telephone access to technical support, and software updates and revisions at no additional cost to the Government. This acquisition will be processed under FAR Part 12 - Acquisition for Commercial Items and will be made pursuant to the authority in FAR 13.5 to use simplified procedures for commercial acquisitions. This is not a solicitation for competitive quotations. However, if any interested party believes it can meet the above requirement, they may submit a statement of capabilities. All information furnished shall be in writing and must contain sufficient detail to allow the NCI researcher to determine if it can meet the above unique specifications described herein. An original and one copy of the capability statement must be received in the contracts office by 1:00 PM EST (local Washington, D.C. time) on November 9, 2006. All questions must be in writing and can be faxed (301) 402-4513 or emailed to dm170b@nih.gov . It is the vendor?s responsibility to call (301) 402-4509 to verify questions have been received. A determination by the Government not to compete this proposed contract 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 from the NCI contractors must be registered in the Online Representations and Certifications Applications (ORCA) in order to receive an award. Please refer to http://orca.bpn.gov in order to register. In addition, contractors must be registered in the Central Contractor Registration (CCR) www.ccr.gov. No collect calls will be accepted. NAICS 811219. Size Standard $6.5M.
 
Place of Performance
Address: Bethesda, Maryland
Zip Code: 20892
Country: UNITED STATES
 
Record
SN01173429-W 20061102/061031220203 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.