Thermo Electron Service 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: Combined Synopsis/Solicitation (Original)
- Original Published Date: Jun 27, 2023 01:10 pm EDT
- Original Date Offers Due: Jun 30, 2023 01:00 pm EDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Jul 15, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: J066 - MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT
- NAICS Code:
- 81121 - Electronic and Precision Equipment Repair and Maintenance
- Place of Performance: Morgantown , WV 26505USA
Description
NOTICE OF INTENT TO ISSUE AN ORDER. This is not a request for competitive proposals/quotes. The Centers for Disease Control and Prevention (CDC) hereby announces its intent to issue a sole source order to Thermo Electron North America, LLC, 1400 Northpoint Pkwy Ste 50, West Palm Beach, FL 33407 for Maintenance Agreements and Service Plan for various NIOSH Morgantown Lab Equipment.
The NAICS code for this acquisition is 811219 Other Electronic and Precision Equipment Repair and Maintenance, with a size standard of $22 million.
This procurement will combine all Thermo Scientific equipment in NIOSH/NPPTL/ETB Morgantown lab H1508 onto one maintenance agreement. This will provide the same maintenance coverage that is provided in individual maintenance agreements but will better serve the government by lowering the overall cost by combining the individual agreements. The laboratory equipment serviced by this agreement are highly technical and only a trained Thermo Scientific technician can perform these services.
SECTION 3 – SCOPE OF WORK
Plan Features:
~ Field Service Engineer labor, travel, and parts required for Corrective Maintenance visits with a targeted response time of 3 business days
~ Priority status for technical support inquiries with a targeted immediate response time. A certified service engineer will conduct diagnosis and Corrective Maintenance procedures using the latest digital remote support tools
~ One (1) scheduled annual Preventive Maintenance visit (a standard PM kit is included)
~ Discount on additional Preventive Maintenance
~ Instrument Requalification (RQ) in conjunction with a scheduled Corrective Maintenance with a purchase of an add-on Operational Qualification (OQ)
~ Premium subscription to Unity Lab Services Online Knowledge Base
~ 10% discount on parts, accessories, and consumables during the effective period of the contract (please ask for the discount when contacting your local Thermo Fisher Scientific parts ordering department)
~ Computers that were purchased from Thermo Fisher Scientific and required for the operation of the analytical system
~ Software and firmware updates upon request and in conjunction with a scheduled Preventive Maintenance or Corrective Maintenance visit (updates are defined as changes of the existing software version that are intended to improve its performance)
~ 10% discount off list price for the training classes purchased during the contract validity period. May not be available in all locations or used in conjunction with any other discounts or promotions (please check availability with your local Thermo Fisher sales representative or customer service team)
SECTION 4 – TASKS TO BE PERFORMED
Task 1: Annual Maintenance agreement Thermo Trace 1310 Gas Chromatograph, S/N 715001378; Thermo TSQ 8000 EVO triple quadrupole mass spectrometer, S/N TSQ8150840; Autosampler with 155 sample tray, S/N 420150477
- Annual preventative maintenance on the Thermo Electron system at a time agreed by NIOSH and Thermo.
- On-site support as needed
- Phone and internet support as needed
Task 2: Annual maintenance agreement for Thermo Vanquish Binary Pump, S/N 8308624; Vanquish Split sampler, S/N 8308577; Vanquish Column Compartment, S/N 6501882; Vanquish Variable Wavelength Detector, S/N 8308559; Quantiva triple quadrupole mass spectrometer, S/N TQH-0447
- Annual preventative maintenance on each system listed below at a time agreed by NIOSH and Thermo.
- On-site support as needed
- Phone and internet support as needed
Task 3: Annual maintenance agreement for Thermo AT280 PFAS, cartridge SPE system, S/N 20080318
- Annual preventative maintenance on each system listed below at a time agreed by NIOSH and Thermo.
- On-site support as needed
- Phone and internet support as needed
SECTION 5 – GOVERNMENT FURNISHED PROPERTY
None
SECTION 6 – PLACE OF PERFORMANCE AND CONTRACT SUPPORT HOURS
PLACE OF PERFORMANCE
All work will be performed at the NIOSH Morgantown site unless the issues or damage to the instrument requires the instrument to be shipped to the manufacturer for repair work. Also, if appropriate, telephone support or internet support is acceptable for technical repairs that the NIOSH operator is able to perform without an on-site visit.
Period of Performance:
Base: 12 months
Option 1: 12 Months
Option 2: 12 Months
*****
A determination by the Government not to compete this proposed action will be based on responses to this notice and is solely in the discretion of the Contracting Officer. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement.
All vendors must be registered in the System for Award Management (SAM) at www.sam.gov , prior to an award of a federal contract.
This action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.106-1(b) and 10 U.S.C. 2304(c)(1). Interested persons may identify their interest and capability to respond to the requirement or submit quotations.
This is not a request for competitive quotations; however, the Government will review any/all product, capabilities, and pricing information submitted prior to the closure of this notice. 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. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
Responsible sources that believe they possess the expertise and capabilities identified above are hereby afforded the opportunity to submit to the Contracting Officer by the due date of this notice, their written capabilities statement and pricing information in the format they choose, not to exceed 10 pages. Please forward, as applicable, any capabilities, product, pricing information (for products, etc.), and/or other pertinent information to Diane Meeder, Contracting Officer, CDC, OAS, through email at Dmeeder@cdc.gov.
Any responses should be emailed to Diane Meeder at DMeeder@cdc.gov by June 30, 2022 at 1:00 PM. ET Local.
Attachments/Links
Contact Information
Contracting Office Address
- 1600 CLIFTON ROAD
- ATLANTA , GA 30333
- USA
Primary Point of Contact
- Diane J Meeder
- DMeeder@cdc.gov
- Phone Number 4123864412
Secondary Point of Contact
History
- Jul 15, 2023 11:55 pm EDTCombined Synopsis/Solicitation (Original)