Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 30, 2010 FBO #3323
SOLICITATION NOTICE

J -- Service Agreement

Notice Date
12/28/2010
 
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-110017-MW
 
Archive Date
1/22/2011
 
Point of Contact
Melissa R. Ward, Phone: 301-402-4509, Caren N Rasmussen, Phone: (301) 402-4509
 
E-Mail Address
wardmr@mail.nih.gov, cr214i@nih.gov
(wardmr@mail.nih.gov, cr214i@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Contracting Office Address Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 6120 Executive Boulevard, EPS Suite 600, Room 6072, Rockville, MD 20852, UNITED STATES. Description The National Cancer Institute (NCI), Center for Cancer Research (CCR), plans to procure on a sole source basis with AB Sciex LLC, 353 Hatch Dr., Foster City, CA for a service agreement for a government-owned API 5000 LCMS System. This acquisition will be processed under FAR Part 12 - Acquisition for Commercial Items and will be made pursuant to the authority in FAR 13.106-1(b)(2) and 13.501-(a)(1) using simplified acquisition procedures for commercial acquisitions. The North American Industry Classification System Code is 811219 and the business size standard in $7.0M. Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price type contract. Period of Performance: Performance shall be for twelve months with four twelve month option periods. The Pharmacology and Experimental Therapeutics Section, NCI relies heavily on the API 5000 mass spectrometer to perform pharmacokinetic analysis on research samples from patient protocols. This instrument needs biannual preventive maintenance service (PM). The contractor shall provide all labor, material and equipment to provide preventive maintenance for government-owned API LCMS System (serial number AG012670607). Contractor shall provide: 1) two (2) preventive maintenance inspections during the contract period; 2) emergency repair services on an unlimited basis during the term of this contract; 3) all required replacement parts, with the exception of consumable parts to include batteries. Parts shall be new or remanufactured to original equipment specifications; and 4) software service 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. Personnel shall be factory trained and experienced in servicing the type of equipment covered by this contract. All primary service personnel shall have at least one backup support who shall have at least the same level of expertise on the equipment covered by this contract. AB Sciex service engineers are factery trained on all the instruments and receive continued certification training and updates. AB Sciex service contract holders receive priority online and telephone support from factory trained engineers for both instrument troubleshooting and application support. Service is guaranteed on site within two business days of service request. AB Sciex service engineers have direct access to factory replacement parts which are not available to third party vendors. AB Sciex service engineers have access to latest software updates and exclusive access to diagnostic software. AB Sciex service engineers are uniquely qualified to service the API 5000 and have exclusive access to parts and diagnostic software. There are no other known vendors who are qualified to work on this instrument. This is not a solicitation for competitive quotations. However, if any interested party believes they can meet the above requirement, they may submit a statement of capabilities. All information furnished must be in writing and must contain sufficient detail to allow the NCI 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 NCI Office of Acquisitions on or before 11:00 AM EST on January 7, 2011. No electronic capability statements will be accepted (i.e. email or fax). An original and one copy must be sent to the NCI Office of Acquisitions at the address stated above. All questions must be in writing and can be faxed (301) 402-4513 or emailed to Melissa Ward, Contract Specialist, at wardmr@mail.nih.gov. 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, contractors must have valid registration and certification in the Central Contractor Registration (CCR) www.ccr.gov and the Online Representations and Certifications Applications (ORCA), http://orca.bpn.gov. No collect calls will be accepted. Please reference solicitation number NCI-110017-MW on all correspondence.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/NCI-110017-MW/listing.html)
 
Record
SN02351415-W 20101230/101228233837-5dc4b2a69e9bd07815993a29386dd9fd (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.