Maryland Bids > Bid Detail

Annual Service and Maintenance Agreement for a Thermo Fisher Orbitrap Fusion Lumos Tribrid Mass Spectrometer

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159553776998908
Posted Date: Jan 6, 2023
Due Date: Jan 10, 2023
Solicitation No: 75N95023Q00042
Source: https://sam.gov/opp/e9719dafa8...
Follow
Annual Service and Maintenance Agreement for a Thermo Fisher Orbitrap Fusion Lumos Tribrid Mass Spectrometer
Active
Contract Opportunity
Notice ID
75N95023Q00042
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
NATIONAL INSTITUTES OF HEALTH
Office
NATIONAL INSTITUTES OF HEALTH NIDA
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Jan 06, 2023 08:32 am EST
  • Original Published Date: Dec 28, 2022 03:49 pm EST
  • Updated Date Offers Due: Jan 10, 2023 09:00 am EST
  • Original Date Offers Due: Jan 05, 2023 09:00 am EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jan 25, 2023
  • Original Inactive Date: Jan 20, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J066 - MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT
  • NAICS Code:
    • 811210 - Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance:
    Rockville , MD 20850
    USA
Description View Changes

-- Amendment 2, on January 6, 2023.



This combined synopsis/solicitation is hereby amended to extend the deadline to receive quotes.



All quotations must be received by 9 a.m., Eastern Time, on January 10, 2023, and reference Solicitation Number 75N95023Q00042. Responses must be submitted electronically to Renato Gomes at renato.gomes@nih.gov.



-- Amendment 2, on January 6, 2023.





-- Amendment 1, on January 5, 2023.



This combined synopsis/solicitation is hereby amended to extend the deadline to receive quotes.



All quotations must be received by 9 a.m., Eastern Time, on January 6, 2023, and reference Solicitation Number 75N95023Q00042. Responses must be submitted electronically to Renato Gomes at renato.gomes@nih.gov.



-- Amendment 1, on January 5, 2023.





(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.



(ii) The solicitation number is 75N95023Q00042 and the solicitation is issued as a request for quotation (RFQ).



This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13—Simplified Acquisition Procedures; FAR Subpart 13.5— Simplified Procedures for Certain Commercial Items; and FAR Part 12—Acquisition of Commercial Items, and is expected to exceed the simplified acquisition threshold.



THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME).



The National Institute on Drug Abuse (NIDA), Office of Acquisition (OA), on behalf of the National Center for Advancing Translational Sciences (NCATS), intends to negotiate and award a purchase order without providing for full and open competition (including brand-name) to Thermo Electron North America LLC, 1400 Northpoint Pkwy Ste 50, West Palm Beach, FL 33407-1976, for Annual Service and Maintenance Agreement for a Thermo Fisher Orbitrap Fusion Lumos Tribrid Mass Spectrometer.



This acquisition is conducted as non-competitive for a commercial item or service and is conducted pursuant to FAR Subpart 13.5—Simplified Procedures for Certain Commercial Items and FAR 13.501, Special Documentation Requirements, in accordance with 41 United States Code (U.S.C.) 1901.



Pursuant to FAR Subpart 13.501(a)(1)(iii) the justification (excluding brand-name) will be made available within 14 days after contract award or in the case of unusual and compelling urgency within 30 days after contract award.



Thermo Fisher is original equipment manufacturer (OEM) of these instruments and the sole source provider of their Orbitrap Fusion Lumos Tribrid MS, UltiMate 3000 HPLC, and associated components. A Thermo Fisher service engineer is required to service these MS and HPLC systems as they can ensure proper repair and operation of their proprietary instrumentation. As the OEM, Thermo Fisher guarantees the availability of proprietary parts and components without any additional cost. All proprietary parts and components must be acquired directly from Thermo Fisher. In the event part replacement and service by a third party vendor caused a system failure or damage, it would invalidate any additional warranties associated with the MS and HPLC.(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2022-08, with effective date October 28, 2022.



(iv) The associated NAICS code is 811219 - Other Electronic and Precision Equipment Repair and Maintenance and the small business size standard is $22M. This requirement has no set-aside restrictions.



(v) The National Institutes of Health (NIH) is the nation’s leading medical research agency and the primary Federal agency whose mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability, conducting, supporting and making medical discoveries that improve people’s health and save lives.



NCATS is one of 27 Institutes and Centers at the NIH and its mission is to catalyze the generation of innovative methods and technologies that will enhance the development, testing and implementation of diagnostics and therapeutics across a wide range of human diseases and conditions. The NCATS DPI plans, conducts and uses both internal and contract resources to advance collaborative research projects across the preclinical phases of the translational science spectrum.



The NCATS DPI ACC maintains a state-of-the-art laboratory whose mission is to support translational research throughout NCATS by providing analytical chemistry services involving the isolation, purification, identification and analysis of various therapeutic modalities for targeted disease states. With the successful development and set up of the Mass Spectrometry laboratory within the NCATS DPI ACC, chemists have greatly expanded analytical capabilities at NCATS. Currently NCATS DPI ACC maintains and operates five high resolution mass spectrometers, which include a Thermo Fisher Orbitrap Fusion Lumos Tribrid Mass Spectrometer. Current mass spectrometry (MS) capabilities include high-throughput MS sample analysis, peptide and protein analysis (top-down and bottom-up), post-translational modifications analysis, multiple reaction monitoring (MRM), deep sequence proteomics, metabolomics, and ultra-high resolution analysis of small molecules. This has allowed NCATS to establish collaborations for numerous ongoing projects at DPI where ACC’s involvement includes assay development, methods optimization, mass spectroscopy experimentation, and data analysis.



To date, the ACC has received collaborative requests from the Biology and Chemistry groups within the three scientific branches at NCATS (ETD, TDB, and CGB), as well as external collaborators. From these requests, ACC has successfully completed method development and conducted compound screens for numerous projects. This was possible by maintaining instrumentation and equipment for constant use and maximum productivity.



To help maintain and ensure the functionality of the Thermo Fisher Orbitrap Fusion Lumos Tribrid Mass Spectrometer, NCATS DPI ACC has a need for an annual service and maintenance agreement for the instruments listed in this Statement of Work. Without such a contract in place, repair costs are extremely high and instrument downtime is much longer causing a significant decrease in scientific productivity.



(vi) The Statement of Work (SOW) with a description of the services to be performed is included as an attachment to this Solicitation.



The Analytical Chemistry Core (ACC), within the Division of Preclinical Innovation (DPI) at the National Center for Advancing Translational Sciences (NCATS) requires an annual service and maintenance contract for a Thermo Fisher Orbitrap Fusion Lumos Tribrid Mass Spectrometer (MS) instrument used by NCATS analytical chemists.



(vii) The Government anticipates award of a firm fixed-price purchase order for this acquisition.



The acquisition of these instruments occurred at different dates which led to unsynchronized warranty expirations. To synchronize the servicing of these instruments, the Period of Performance for the Base Period A shall start on the award day for the first three (3) line items, and the Base Period B shall start on February 1, 2023, for the other four (4) line items. The government anticipates two (2) Option periods of 12-months increments. The instruments covered on Base Period A and Base Period B are listed on the attached Statement of Work.



The place of performance shall be at NCATS located at 9800 Medical Center Drive, Rockville, MD 20850.



(viii) The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at these addresses: https://www.acquisition.gov/browse/index/far https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html

(End of provision)



The following provisions apply to this acquisition and are incorporated by reference:




  • FAR 52.204-7, System for Award Management (Oct 2018)

  • FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020)

  • FAR 52.212-1, Instructions to Offerors—Commercial Products and Commercial Services (Nov 2021)

  • FAR 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services (Oct 2022)

  • FAR 52.222-48, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Certification (May 2014)



The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these addresses:



https://www.acquisition.gov/browse/index/far https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html



(End of clause)



The following clauses apply to this acquisition and are incorporated by reference:




  • FAR 52.204-13, System for Award Management Maintenance (Oct 2018)

  • FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020)

  • FAR 52.212-4, Contract Terms and Conditions—Commercial Products and Commercial Services (Nov 2021). Addendum to this FAR clause applies to this acquisition and is attached.

  • HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015)



The following provisions and clauses apply to this acquisition and are attached in full text. Offerors MUST complete the provisions at 52.204-24 and 52.204-26 and submit completed copies as separate documents with their proposal.




  • FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)

  • FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020)

  • FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services (Oct 2022)

  • Invoice and Payment Provisions with and without IPP (Apr 2022)



The following clause applies to this acquisition and is incorporated in full text:



FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000)



(a) The Government may extend the term of this contract by written notice to the Contractor within the current period of performance; provided that the Government gives the Contractor a preliminary written notice of its intent to extend before the contract expires. The preliminary notice does not commit the Government to an extension.



(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.



(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 3 years.



(End of clause)



(ix) The acquisition shall be conducted as non-competitive for a commercial service and is conducted pursuant to FAR 13.106-1(b)(2). The Government will perform a comparative evaluation of responses in accordance with FAR 13.106-2(b) to award a purchase order from this solicitation to the responsible offeror whose response meets the solicitation’s requirements and, as a whole, is most advantageous to the Government, considering price and other factors in this solicitation.



The evaluation will compare: (a) Technical capability of the service offered to meet the Government requirement; (b) Price; and (c) Past Performance as defined under FAR 13.106-2(b)(3). If only one quotation is received it will be evaluated on the preceding basis.



The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Responses may exceed capability or performance characteristics of the solicitation’s requirements. The Government reserves the right, but is not required, to award to a response that exceeds capability or performance characteristics of the solicitation’s requirements if it provides a benefit to the Government; and the Government is not requesting or accepting alternate proposal(s).



(x) The Offerors are to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (May 2022), with offers. If the offeror has completed FAR provision 52.212-3 at www.sam.gov, then the offeror does not need to provide a completed copy with its offer.



(xi) The clause at FAR 52.212-4, Contract Terms and Conditions—Commercial Products and Commercial Services (Nov 2021), applies to this acquisition. Addendum to this FAR clause applies to this acquisition and is attached.



(xii) The following additional contract requirement(s) or terms and conditions as determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices.



There are no additional contract requirement(s) or terms and conditions applicable to this acquisition.



(xiii) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.



(xiv) Responses to this solicitation must include sufficient information to establish the interested parties’ bona-fide capabilities of providing the service. The quote must be for a firm-fixed-price total amount inclusive of all costs and fees and include any other information or factors that may be considered in the award decision.



The Unique Entity ID from SAM.gov, the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.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. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement.



All questions must be received by 9 a.m., Eastern Time, on December 30, 2022, and reference Solicitation Number 75N95023Q00042. Questions may be submitted electronically to Renato Gomes at renato.gomes@nih.gov.



All quotations must be received by 9 a.m., Eastern Time, on January 10, 2023, and reference Solicitation Number 75N95023Q00042. Responses must be submitted electronically to Renato Gomes at renato.gomes@nih.gov.



Fax responses will not be accepted.



Attachments:




  • Statement of Work

  • FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)

  • FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation (Oct 2020)

  • Addendum to FAR 52.212-4 Contract Terms and Conditions—Commercial Products and Commercial Services.

  • FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services (Oct 2022)

  • Invoice and Payment Provisions with and without IPP (Apr 2022 and Aug 2022)

  • Wage Determination


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • c/o 3WFN MSC 6012 301 N Stonestreet Ave
  • Bethesda , MD 20892
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >