Federal Bid

Last Updated on 21 Dec 2020 at 4 PM
Solicitation
Bethesda Maryland

Preventive maintenance for Bruker Avance Neo 700 NMR Spectrometer

Solicitation ID NOI_75N91021Q00008
Posted Date 21 Dec 2020 at 4 PM
Archive Date 12 Jan 2021 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Nih National Cancer Institute
Agency Department Of Health And Human Services
Location Bethesda Maryland United states 20892

The U.S. Department of Health and Human Services (DHHS), National Institutes of Health (NIH), National Cancer Institute (NCI), Center for Cancer Research (CCR), Urologic Oncology Branch

intends to procure preventive maintenance support services on a sole source basis from Bruker BioSpin Corp., 15 Fortune Drive, Billerica, MA 01821

This procurement is being conducted using commercial item procedures pursuant to FAR Part 12 and FAR Part 13, specifically FAR Subpart13.106-1(b)(1)(i) allowing the Contracting Officer (CO) to solicit from one source. 

Only one award will be made as a result of this solicitation. This will be awarded as a Severable Firm-fixed price type contract with base and one option period.  

It has been determined there are no opportunities to acquire green products or services for this procurement.

BACKGROUND

The U.S. Department of Health and Human Services (DHHS), National Institutes of Health (NIH), National Cancer Institute (NCI), Center for Cancer Research (CCR), Urologic Oncology Branch requires preventative maintenance services for Bruker Avance Neo 700 NMR Spectrometer in the Clinical NMR Metabolomics NMR Facility. The Spectrometer is utilized for clinical and research metabolomics applications such as targeted Stable Isotope-Resolved tracer studies in cultured cells and tissue sections as well as identification, quantification, and labeling assignment of metabolites in tissues derived from patients undergoing intraoperative infusion of stable isotope 13C tracers. Periodic maintenance work and parts replacement is required for the continued operation of the spectrometer and to ensure that the instrument in good working order.

OBJECTIVE

The purpose of this acquisition is to procure preventative maintenance  support services for a Bruker Avance Neo 700 NMR Spectrometer.

SCOPE

The Contractor shall provide all labor, material and equipment necessary to maintain and provide preventive maintenance for Bruker Avance Neo 700 NMR Spectrometer. This instrument is used to conduct metabolic analysis of clinical tissue samples from the NIH Clinical Center. All maintenance services shall be performed on-site in accordance with the manufacturer’s standard commercial maintenance practices.          

TYPE OF ORDER

This is a firm fixed-price purchase order.              

SPECIAL ORDER REQUIREMENTS

PREVENTIVE MAINTENANCE  

The Contractor shall perform one (1) planned preventive maintenances during the contract period.  Technically qualified factory-trained personnel shall perform the service.  The service shall consist of a thorough cleaning, calibration, adjusting, inspection, 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.

EMERGENCY SERVICE

Emergency repair service shall be provided at least once at know during the term of this contract at no additional cost to the government. Emergency service shall be provided during normal working hours, Monday through Friday excluding Federal Holidays.  Upon receipt of a notice that any part of the equipment is malfunctioning the Contractor shall dispatch a qualified factory-trained service representative within one business day to inspect the malfunctioning equipment and perform all necessary repairs and adjustments to restore the said equipment to normal operating condition. Emergency service calls shall not replace the necessity for planned preventative maintenance.  All labor and travel will be included.

REPLACEMENT PARTS 

The Contractor shall furnish all required replacement parts at no additional cost to the Government, with the exception of consumables. Parts shall be new to original equipment specifications. Parts will be delivered the earliest next day.

SOFTWARE UPDATES/SERVICE 

The Contractor shall provide Software Service and updates 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, at no additional cost to the Government.  The contractor shall receive advance approval for the installation of all software updates and revisions from the Government.  Defective software shall be replaced at no additional cost to the government.

The Contractor shall provide unlimited clinical technical telephone support (24hrs/day, 7 days/week) for trouble-shooting for the instrument and clinical application support (M-F 8am-9pm), excluding Federal holidays.

The support of the system shall be provided by Bruker trained service engineer through a secure remote connection,(e.g. WebEx(TM) or TeamViewer(TM) software and data system up-to-date and fully optimized.

SERVICE EXCLUSIONS

The Contractor shall not be responsible for any repairs necessitated by abuse, neglect, vandalism, Acts of God, fire or water.  These repairs shall be the subject of a separate purchase order and shall not be performed under this contract. 

PERIOD OF PERFORMANCE

The period of performance is as follows:

Base Period:                 January 9, 2021 to January 8, 2022.

Option Period 1:          January 9, 2022 to January 8, 2023.

PERSONNEL QUALIFICATIONS

Technically qualified factory-trained personnel shall perform service components of the system including the magnet, console, SampleJet autosampler and CryoPlatform, as covered by this contract.  All primary service personnel shall have at least one backup support person with at least the same level of expertise on the equipment covered by this contract.

PLACE OF PERFORMANCE

Onsite services shall be performed at the following location:                      

            NIH, NCI,  

            10 Center Dr

            BLGD 10, RM B3B32.

            Bethesda, MD  20892

This notice is not a request for competitive quotation. However, if any interested party, especially small businesses, believes it can meet the above requirement, it may submit a capability statement, proposal, or quotation, which shall be considered by the agency.  The statement of capabilities and any other information furnished must be in writing and must contain material in sufficient detail to allow NCI to determine if the party can perform the requirement.  Responses must be received in the contracting office by 12:00 PM EST on December 30, 2020.  All responses and questions must be emailed to Elizabeth Tucker, Contract Specialist via electronic mail at [email protected]. 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 be registered and have valid certification in the System for Award Management (SAM) through sam.gov. Reference: NOI_75N91021Q00008 on all correspondence.

Bid Protests Not Available

Similar Past Bids

Bethesda Maryland 28 Aug 2020 at 2 PM
Bethesda Maryland 16 Jul 2020 at 3 PM
Location Unknown 16 Jun 2015 at 7 PM
Location Unknown 30 Apr 2015 at 4 PM