Skip to main content

An official website of the United States government

You have 2 new alerts

AB Sciex Maintenance Service and Software Plan

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Updated)
  • Updated Published Date: Nov 19, 2024 09:59 am EST
  • Original Published Date: Nov 18, 2024 02:16 pm EST
  • Updated Response Date: Nov 29, 2024 12:00 pm EST
  • Original Response Date: Nov 28, 2024 12:00 pm EST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Dec 14, 2024
  • Original Inactive Date: Dec 13, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: J049 - MAINT/REPAIR/REBUILD OF EQUIPMENT- MAINTENANCE AND REPAIR SHOP EQUIPMENT
  • NAICS Code:
    • 811210 - Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance:
    Bethesda , MD 20892
    USA

Description

THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. 

It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract.  Requests for a solicitation will not receive a response.  Responses to this sources sought must be in writing.  The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Small Businesses interested and capable of providing the services described below.

NIH-CC-OPC-25-000268

The information gained from this market research will help the National Institutes (NIH) Department of Laboratory Medicine (DLM) plan for its acquisition strategy. 

Potential Large and Small Businesses shall include business information outlined in the section below as a part of their response.

Complete responses to this notice shall be in the following format:

  1. SAM UEI Number
  2. Company Name
  3. Company Address, City, State and Zip Code
  4. Company Point of Contact, Email Address and Telephone Number
  5. Current GSA Schedule appropriate to this Sources Sought
  6. Socioeconomic Status: (i.e., HUBZone, 8a, Small Business, Women Owned Small Business, Veteran-Owned Small-Business, etc.) as validated in Central Contractor Registration (CCR).  All offerors must register in CCR located in https://www.sam.gov.
  7. Provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described in the Statement of Work.

*****************************************************************************

The National Institutes of Health, Clinical Center, Department of Laboratory Medicine (DLM)  has a requirement for an authorized AB SCIEX LLC service contractor to provide maintenance service and software plan for the Sciex 7500 QTRAP ready Triple Quad LC-MS/MS system. 

The Department of Laboratory Medicine (DLM) provides laboratory testing for all Clinical Center inpatients and clinic outpatients. This translates to more than 1 million test results per year. A hospital-wide information system is used for ordering and reporting laboratory tests. There is also a stand-alone laboratory information system (LIS) that interfaces with the hospital information system. Because many of the instruments in the department are interfaced, test results are available to the nursing units as soon as they are certified.

The Department of Laboratory Medicine (DLM) requires continued preventative maintenance services on the following instruments:

Assurance 2PM, Model Type QTRAP7500 serial no FA210172007PL

1PM Assurance Plan for LC Devices, Model Type LC-30AD pump serial nos. L20555753860, L20555853929, L20705771295, L20215853667, L20235758235, L20565851107

Software Plus Plan for Qtrap and High-Resolution instruments, Model Type QTRAP7500 serial no FA210172007PL

Annual Vendor Exchange Plan with Battery, Model Type PVAR SP2 5200VA serial no 42052108R-2030024

Annual Vendor Exchange Plan with Battery PVAR SP2 5200VA 42052108R-2020017

The contractor shall furnish all personnel, equipment, materials, supplies, services, and shipping costs required to meet the government’s requirement.  Service includes but not limited to the following:

Assurance 2PM

Guaranteed* 2 business day onsite response time for remedial repairs.

Parts, labor and travel for remedial repair.

2 Assurance PM visits per contract year.

On-site workflow support and troubleshooting

Workflow telephone and online support during normal business hours

SCIEXNow™ Visual Assist Support

Premium content access to SCIEXNow™ Learning Hub and Knowledge base online

25% discount on Fixed Priced services.

Access to StatusScope™ on compatible models.

1PM Assurance Plan for LC Devices

Guaranteed* 2 business day onsite response time for remedial repairs.

Parts, labor and travel for remedial repair.

1 Assurance PM visit per contract year.

Hardware Telephone Support during normal business hours

SCIEXNow™ Visual Assist Support

Access to StatusScope™ on compatible models.

Software Plus Plan for Qtrap and High-Resolution instruments

Prioritized software phone and online support

Premium content access to SCIEXNow Learning hub and Knowledge base online.

Troubleshooting for software malfunctions and corrective action on the latest versions of software

Delivery of full upgrades to latest software versions for all entitled SCIEX software

Delivery of updates to latest software versions for all covered SCIEX software

30% discount on additional software licenses

25% discount for Validation and Compliance services.

Annual Vendor Exchange Plan with Battery

Phone and online support for remote diagnostic and troubleshooting during normal business hours.

24-hour response time to confirm the shipment of the replacement unit or Battery if found defective.

On-site installation of the replacement UPS Hardware unit and shipment of the defective unit by a SCIEX service engineer.

All shipment costs are covered, including the return shipping of the defective unit.

Period of Performance

Base Year:        December 18, 2024-December 17, 2025

Option Year 1:  December 18, 2025-December 17, 2026

Option Year 2:  December 18, 2026-December 17, 2027

Option Year 3:  December 18, 2027-December 17, 2028

Delivery Schedule:

The contractor shall perform the preventative maintenance services and perform software updates in accordance with the original equipment manufacturer’s specifications and recommendations.   Services will be performed Monday through Friday during normal business hours. 

Deliver to:
Attention:  TBD
National Institutes of Health
10 Center Drive
Building 10, Room TBD
Bethesda, MD 20892-1288

Contractors shall not reach out to the customer for any questions or clarifications. 

All communications must go through contracting.

******************************************************************************

Important information:  The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this source sought synopsis request.  This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued.  No sub-contracting opportunity is anticipated.

NAICS:  The North American Classification System (NAICS) code for this acquisition is 811210- (Large Business Average Size Standards $34 million).

PSC:  J049

Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered and have an active registration in the System for Award Management (SAM) at www.sam.gov and complete Online Representations and Certifications Application (ORCA).  

All interested Offerors should submit information by e-mail to kimala.winfield@nih.gov

All information submissions shall be received no later than 12:00 pm Eastern Standard Time December November 28, 2024.

Contact Information

Contracting Office Address

  • 6707 DEMOCRACY BLVD, SUITE 106
  • BETHESDA , MD 20892
  • USA

Primary Point of Contact

Secondary Point of Contact

History