United States - AB Sciex Liquid Chromatography-Tandem

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
09 November 2019
Opportunity publication date
25 October 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Oct 24, 2019 4:49 pm

SOURCES SOUGHT TECHNICAL DESCRIPTION FOR PRODUCTS TEMPLATE

INTRODUCTION
The U.S. Army Medical Research Acquisition Activity (USAMRAA) located at 1504 Porter Street, Fort Detrick, MD on behalf of the U.S. Army Medical Research Institute of Chemical Defense (USAMRICD) is issuing this sources sought synopsis as a means of conducting market research to identify potential sources having an interest to provide preventive maintenance services for AB Sciex Liquid Chromatography-Tandem systems.

The result of this market research will contribute to determining the method of procurement, if a requirement materializes. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. Multiple awards may be made. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions.

DISCLAIMER
THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.
PROGRAM BACKGROUND
The USAMRICD is a world leader in the discovery and development of medical products and knowledge solutions against chemical threats through research, education and training, and consultation. It is through successful partnerships with outside agencies that we are able to maintain our high level of excellence. This non-personal based service contract will provide the USAMRICD with the required resources in order to maintain mission critical operations. Failure to provide the support services needed to carry-out and complete routine requirements would be extremely detrimental to the mission.

REQUIRED CAPABILITIES
The Government requires preventative maintenance services to the United States Army Medical Research Institute of Chemical Defense (USAMRICD). Annual or biannual preventative maintenance services are to be performed as well as any repairs. Contractor shall respond within 24 hours of the initiation of service call request during normal duty hours (Monday - Friday 0730-1545). In addition to telephone inquiries to answer user questions, troubleshoot performance and maintenance problems and schedule on-site maintenance or repair visits. The Contractor shall require an escort for onsite visits. The USAMRICD requires onsite support services for the USAMRICD's core competencies in its daily business operations. The Contractor shall accomplish the assigned work by employing and utilizing qualified personnel with appropriate combinations of education, training, and experience. The Contractor shall match personnel skills to the work or task with a minimum of under/over employment of resources. The Contractor shall provide a repair and return service for system issues that cannot be repaired on-site, and shall repair, rebuild or replace as appropriate, hardware and components. Services shall include all parts, labor and travel expenses. Required forms and extracts from pertinent directives will be furnished to the contractor's services representative by the Government. To include equipment and attachments list below.

Item Serial Number # of PM
System 1
Capacio QTRAP 6500+ System CG22231610 2
AG 1290 Binary Pump DEBAA06275, DEBAP08036, DEBAL12893, DEBAK30392 1
Software Plus CG22231610 NA
System 2
Capacio QTRAP 6500+ System CG21821608 2
AG 1290 Binary Pump DEBAA06292, DEBAP08111, DEBAL12911, DEBAK30802 2
Software Plus CG21821608 NA
System 3
Capacio QTRAP 6500+ System CG22151610 2
AG 1290 Binary Pump DEBAA06281, DEBAP08032, DEBAL12882, DEBAK30567 2
Software Plus CG22151610 NA
System 4
Pennington QTRAP 6500 System BL20321209 1
AG 1290 Binary Pump DEBAA02927, DEBAP03248, DEBAC05000 1
PEAK 771042159 1
SelexION Device BP20211212 1
Software BL20321209 NA
System 5
Pennington QTRAP 6500 System BL27191408 1
AG 1290 Binary Pump DEBAA05571, DEBAP02025, DE93001676 1
PEAK Genius 3031 A14-08-289 1
Software BL27191408 NA
System 6
Oyler QTRAP 6500 System BL22521307 1
PEAK 1031 A14-04-271 1
DEGASSER ABDG55671440 1
AUTOSAMPLER AB3AC5670720 1
PUMP, LABORATORY AB3AD5671609 1
PUMP, LABORATORY AB3AD5671610 1
CONTROLLER, CHROMATOGRAPHY SYSTEM ABCBM5671207 1
EXION LC COLUMN OVEN AB2CT5650156 1
System 7
Oyler QTRAP 4000 System AR24310905 2
System 8
Oyler Shimadzu Nexera UPLC
DEGASSER DGU-20A5R 1
PUMP A L20555251461 1
PUMP B L20555251474 1
AUTOSAMPLER L20565250450 1
CONTROLLER L20235255119 1
COLUMN OVEN L20215251858 1

Non-Developmental Item. The AB Sciex Liquid Chromatography-Tandem
Mass Spectrometry (LC-MS/MS) instrument systems should be a non- developmental item to the maximum extent possible.
Maintenance, Inspection and Repair. The Government desires a system with minimal maintenance and inspection requirements at the organizational level. The system should also be easily repairable for deployed units.

ELIGIBILITY
The applicable NAICS code for this requirement is (811219) with a Small Business Size Standard of $20500000. The Product Service Code (PSC) is (J099).
SUBMISSION DETAILS
Interested businesses should submit a brief capabilities statement package (no more than ten 8.5 X 11 inch pages, font no smaller than 10 point) demonstrating ability to provide the products/systems listed in this Technical Description. Documentation should be in bullet format. No phone or email solicitations with regards to the status of the RFP will be accepted prior to its release.
Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Jennifer Burke, in either Microsoft Word or Portable Document Format (PDF), via email Jennifer.d.burke2.civ@mail.mil no later than 12:00 p.m. Eastern Standard Time on 09 November 2019 and reference this synopsis number in subject line of e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL.
If your organization has the potential capacity to provide the required services, please provide the following information: 1) Organization name, address, primary points of contact (POCs) and their email address, FAX, Web site address, telephone number, and type of ownership for the organization; and 2) Tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.
All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.

Opportunity closing date
09 November 2019
Value of contract
to be confirmed

About the buyer

Address
Department of the Army U.S. Army Medical Research Acquisition Activity United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?