Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 02, 2011 FBO #3507
SOURCES SOUGHT

J -- LTQ Mass Spec Service Agreement

Notice Date
6/30/2011
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, Bldg 50 Room 422, Jefferson, Arkansas, 72079, United States
 
ZIP Code
72079
 
Solicitation Number
1089837
 
Archive Date
7/9/2011
 
Point of Contact
Nicholas E Sartain, Phone: 870-543-7370
 
E-Mail Address
nick.sartain@fda.hhs.gov
(nick.sartain@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
MARKET RESEARCH PURPOSES ONLY NOT A REQUEST FOR PROPOSAL OR SOLICITATION The U.S. Food and Drug Administration (FDA), Jefferson Laboratories, in Jefferson, Arkansas, is conducting market research to support the Arkansas Regional Lab (ARL), within the Office of Regulatory Affairs (ORA), part of the U.S. Food and Drug Administration (FDA) requirement for a maintenance and service contract for a total of ten (10) Thermo LTQ linear ion trap mass spectrometers located within various ORA field laboratories. The mass spectrometers include three different generations of systems: LTQ, LTQ XL, and LTQ Velos. The maintenance and uninterrupted operation of this equipment is a critical need for the regulation of food and drug products and agency's food defense initiatives. The FDA is seeking business sources, including total small businesses, service-disabled veteran-owned small businesses, HUBZone small businesses, and 8(a) certified companies. The following information is provided to assist the FDA in conducting Market Research to identify potential contractors for this effort: The government is seeking capability statements from small business companies capable of performing maintenance and service meeting the below performance requirements. The requirement is estimated to have a base period of one year with four 1-year options. Thermo LTQ, LTQ-XL, and LTQ-Velos Mass Spectrometer Service Specifications The service agreement will include the following components: • Thermo LTQ, LTQ-XL, and LTQ Velos linear ion-trap mass spectrometers • Electrospray ionization source (ESI) - Ion Max and/or HESI • Chemical ionization source (APCI) • Thermo Fisher supplied computer, monitor and printer • Thermo Fisher supplied software • Syringe Pump • Divert Valve • Vacuum pumps The vendor should meet the following specifications: • Unlimited on-site service visits with a maximum of 72 hour response time, which includes all labor, parts, and travel costs. Note: FDA cannot ship instruments off-site for repair/maintenance. • Telephone based technical support with a 2 hours response time. • Service engineers who have been certified by the manufacturer of the system (Thermo Fisher). The service engineers must provide documentation of training and/or certification within the past year on the LTQ, LTQ XL, and LTQ Velos hardware and software. The service engineers must also have access to the most current mass spectrometer firmware and repair procedures. • All replacement parts must be factory certified by Thermo Fisher. The offeror can guarantee immediate access of instrument parts throughout the entire term of the contract. • Any replacement forepumps (roughing pump) should be certified by either BOC Edwards or Thermo Fisher. In the event of a pump failure, the vendor shall supply a certified permanent replacement pump and provide the necessary packing materials to return the defective pump. The utilization of temporary and/or "loaner" pumps is not acceptable. • Software and firmware updates and notifications. The applicable software packages include: XCalibur, LC Devices, LCQuan, and Mass Frontier. • The vendor must provide a subscription to the Thermo Fisher e-support service. This service offers the ability to immediately access critical technical documents related to the operation and maintenance of the LTQ fleet of mass spectrometers. • One (1) scheduled preventative maintenance (PM) visit per year, which includes the delivery of a LTQ PM kit. Additional parts required to service heated electrospray ionization sources (HESI) should also be included. All costs associated with labor, parts, and travel will be covered by the contract. • Telephone access to a team of applications support chemist with experience in the operation and development of methods using the Thermo LTQ fleet of mass spectrometers. • Telephone based software support. This applicable software packages include: XCalibur, LC Devices, LCQuan, and Mass Frontier. Thermo Mass Spectrometers Lab Model Equipment Serial No SRL LTQ XL LTQ20557 FCC LTQ LTQ11069 FCC LTQ LTQ10133 SJN LTQ Velos LTQ30163 DET LTQ Velos LTQ30296 PHI LTQ Velos LTQ30294 PRL-NW LTQ XL LTQ20574 NRL LTQ XL LTQ20572 ARL LTQ XL LTQ20562 PRL-SW LTQ XL LTQ20573 ARL US Food & Drug Administration Arkansas Regional Laboratory 3900 NCTR Road Building 26 Jefferson, AR 72079 DET US Food & Drug Administration Detroit District Office 300 River Place Suite 5900 Detroit, Michigan 48207 FCC US Food & Drug Administration Forensic Chemistry Center 6751 Steger Drive Cincinnati, OH 45237 NRL US Food & Drug Administration Northeast Regional Laboratory 158-15 Liberty Ave Jamaica, NY 114337 PHI US Food & Drug Administration US Customs House - Room 900 2nd and Chestnut Street Philadelphia, PA 19106 PRL-NW US Food & Drug Administration Pacific Regional Laboratory - Northwest 22201 23rd Drive, SE Bothell, WA 98021 PRL-SW US Food & Drug Administration Pacific Regional Laboratory - Southwest 19701 Fairchild Road Irvine, CA 92612-2506 SJN US Food & Drug Administration San Juan District Laboratory 466 Fernandez Juncos Avenues San Juan, Puerto Rico 00901 SRL US Food & Drug Administration Southeast Regional Laboratory 60 Eighth Street N.E Atlanta, GA 30309 The offeror shall furnish sufficient technical information necessary for the Government to conclusively determine that the offered service meets the technical requirements identified above. Firms believing they can meet the requirements to the above specifications are encouraged to respond electronically with no less than the following information: • Business name, DUNS number, business address, business website, business size status (i.e., SB, VOSB, SDVOSB, HUBZone SB, SDB, WOSB, LB), point of contact name, mailing address (if different from business address), phone number and email address; • Sufficient descriptive literature that unequivocally demonstrates that offered service/products meet or exceed above requirements. • At a minimum provide the following: All descriptive material necessary for the government to determine whether the service/product offered meets the technical requirements including: technical specifications, descriptive material, literature, brochures and other information, which demonstrates the capabilities of the contractor to meet the requirement. Indicate whether the organization is the manufacturer of the items or authorized equipment repairer. • The offeror includes documentation of technical competency on the operation and repair of the LTQ, LTQ XL, and LTQ Velos mass spectrometers. Such documentation should include certification from the original equipment manufacturer within the past calendar year. • The offeror can provide unlimited on-site service visits with a maximum of 72 hour response time, which includes all labor, parts, and travel costs. • The offeror can provide telephone based technical support with a 2 hours response time. • The offeror can provide a minimum of one scheduled preventative maintenance (PM) visit per year, which includes the delivery of a LTQ PM kit. • The offeror can provide documentation of availability to the most current mass spectrometer firmware and repair procedures. • The offeror can guarantee immediate access of instrument parts throughout the entire term of the contract. • The offeror can provide a subscription to the Thermo Fisher e-support service. • The offeror can provide documentation that telephone access to a team of applications support chemists with experience in the operation and development of methods using the various Thermo LTQ mass spectrometers will be included in the service contract. Whenever the ORA field labs are faced with a new challenge or a new analyte to screen for, the Government has to rapidly develop new methods. The contractor shall explicitly demonstrate their experience with this task. • Provide at least two references that can be contacted that the contractor has provided similar services to, including application support services, within the last two years. Name, telephone number, email address, contract number and description of services with dollar amount. • Though this is not a request for quote, informational pricing must be submitted to include a base year and four 1-year options. • The government is not responsible for locating or securing any information, not identified in the response. The associated North American Industry Classification System (NAICS) Code is- 811219- Other Electronic and Precision Equipment Repair and Maintenance; Small Business Size Standard is $19 million. Interested Contractors must respond with capability statements which are due in person, by postal mail or email to the point of contact listed below on or before July 8, 2011 by 13:00 hours (Central Time in Jefferson, Arkansas) at the Food and Drug Administration, OC/OA/OAGS, Attn: Nick Sartain, 3900 NCTR Road, HFT-320, Jefferson, AR 72079-9502 or email nick.sartain@fda.hhs.gov. Reference FDA1089837. Disclaimer and Important Notes This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in FedBizOpps. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/1089837/listing.html)
 
Place of Performance
Address: Multiple locations, United States
 
Record
SN02486389-W 20110702/110630234839-d35826da1f4df231f85268565ce080b4 (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.