Skip to main content

An official website of the United States government

You have 2 new alerts

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: Presolicitation (Updated)
  • Updated Published Date: Dec 14, 2022 10:19 am EST
  • Original Published Date: Dec 13, 2022 11:02 am EST
  • Updated Response Date: Dec 19, 2022 12:00 pm EST
  • Original Response Date: Dec 19, 2022 12:00 pm EST
  • Inactive Policy: Manual
  • Updated Inactive Date: Dec 14, 2022
  • Original Inactive Date:
  • 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 Notice of Intent, not a request for a quotation. A solicitation document will not be issued and quotations will not be requested.

The National Institutes of Health (NIH), Clinical Center (CC), Department of Laboratory Medicine (DLM) intends to award a firm-fixed priced purchase order to AB SCIEX LLC, REDWOOD CITY, CA 94065 on a sole source basis to procure maintenance service and software plan for the Sciex 7500 QTRAP ready Triple Quad LC-MS/MS instrument already existing within Clinical Center.

AB SCIEX LLC is the only vendor/manufacturer that can provide maintenance service and software plan for the Triple Quad LC-MS/MS instrument. The instrument is used toperform clinical and research tests. No other manufacturer can provide this proprietary instrument care. Proper maintenance of the equipment and a reliable service program is critical to providing important patient care results. Inability to use this instrumentation could result in the unnecessary treatment of patients or the lack of effective treatment for patients with an infectious disease. Period of Performance shall be for a base year of twelve (12) months and one (1) twelve month option year from date of award.

The North American Industry Classification System (NAICS) for this procurement 811219.

This acquisition is being conducted under the authority of the FAR Subpart 13.106-1(b)(i) allowing the Contracting Officer (CO) to solicit from one source. Interested concerns capable of providing the same or similar products or services as described in this notice may submit a capability statement outlining their capabilities. Capability Statements must be received within the time set forth in this synopsis to be considered by the Government. A determination to compete this proposed contract based on 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.

Each response should include the following Business Information:

a. DUNS.

b. Company Name, address, POC, Phone and Email address

c. Current GSA Schedules or NAICS codes appropriate to this Award.

d. Type of Company (i.e., small business, 8(a), woman owned, HubZone, veteran owned, etc.) as validated in System For Award Management (SAM). All offerors must register on the SAM located at http://www.sam.gov/portal/SAM/#1

e. Capability Statement

Comments to this announcement may be submitted to the Clinical Center, Office of Purchasing and Contracts, prior to the closing date specified in this announcement, electronically to the attention of Kimala Winfield, kimala.winfield@nih.gov or Malinda Dehner, dehnerm@cc.nih.gov by the due date and time marked in this notice.

Contact Information

Contracting Office Address

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

Primary Point of Contact

Secondary Point of Contact

History