Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 18, 2008 FBO #2579
SOLICITATION NOTICE

J -- Waters Preventative Maintenance/Total Assurance Plan for a UPLC-Qtof Premier and GCT Premier Metabolomics System

Notice Date
12/16/2008
 
Notice Type
Presolicitation
 
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, Maryland, 20852
 
ZIP Code
20852
 
Solicitation Number
NCI-90029-NG
 
Archive Date
1/9/2009
 
Point of Contact
Ashley L. Virts, , Malinda L Holdcraft,, Phone: (301) 402-4509
 
E-Mail Address
virtsa@mail.nih.gov, holdcram@exchange.nih.gov
 
Small Business Set-Aside
N/A
 
Description
The National Cancer Institute (NCI), Laboratory of Metabolism (LM), plans to procure on a sole source basis a service contract for two (2), Government owned Waters UPLC-Qtof Premier (Ultra Performance Liquid Chromatogragh-Quadrapole Time of Flight Mass Spectrometer) system and a GCT Premier (Gas-Chromatograph-Time of Flight Mass Spectrometer); with Waters Corporation, 34 Maple Street; Milford, MA; 01757. The North American Industry Classification System Code is 811219 and the business size standard is $7M. The requirement is being processed in accordance with the simplified acquisition procedures as stated in FAR 13.106-(b)(1). This purpose of this procurement is for the preventative maintenance and repair service of the aforementioned instruments (Serial/Model # HAA029/QTOF-PREM; EO6UPB399M/UPBINARY respectively). The instruments collect and identify small molecules from multiple biological matrixes and support the Metabolomics research currently being studied within the NCI. Contractor shall provide not less than two (2) scheduled preventive maintenance inspections during the contract period. Service shall be performed by technically qualified factory trained personnel. Service shall consist of a thorough cleaning, calibration, adjusting, inspection, lubrication 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. Period of Performance shall be from date of award through twelve (12) months It is critical for the research community that the aforementioned equipment is calibrated accurately and maintained according to the manufacturer’s specifications. Any deviation from the specifications can 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 known to the NCI that has technically trained personnel and the schematics necessary to service the Waters UPLC, GC 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. The service contract is quintessential for normal function of the heavily used system. This is not a request for competitive quotation. However, if any interested party believes it can perform the above requirement, it may submit a statement of capabilities. The statement of capabilities and any other furnished information must be in writing and must contain material in sufficient detail to allow NCI to determine if the party can perform this requirement. Capability statements must be received in the contracting office on or before 11am ET, December 25, 2008. Questions shall be directed to Malinda Holdcraft, Contract Specialist via fax at 301-402-4513 or via electronic mail holdcram@exchange.nih.gov. 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. No collect calls will be accepted. In order to receive an award, contractors must have valid registration and certification in the Central Contractor Registration (CCR) www.ccr.gov and the Online Representations and Certification Applications (ORCA), http://orca.bpn.gov. Please reference number NCI-90029-NG on all correspondence.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9eff222c54a894286454bb50352d0f49&tab=core&_cview=1)
 
Record
SN01719976-W 20081218/081216215813-2b31431558597e0b62a3acbaaa83c93d (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.