NINDS 23-012024

Submitted by patelsnv on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Short Term Service Contract nanoLC-Lumos system
Contracting Office
National Institute of Neurological Disorders and Stroke (NINDS)

Contact Points

Primary Contract Specialist

ELAINE
ESTRELLA
elaine.estrella@nih.gov
NAICS Code Number
333310
Commercial and Service Industry Machinery Manufacturing.
Small Business Size Standard
10000
FPDS Classification Code
J066
Estimated Period of Performance
09/01/2023 - 11/30/2023
Delivery of Goods
BLDG 35 RM 1B1014
Competition Status
Brand Name Only
Vendor Name
THERMO ELECTRON NORTH AMERICA
Address
1400 NORTH POINT PKWY STE 50
WEST PALM BEACH, FL 33407-1976
Single-Sole Source Determination
Due to the T&Cs (FAR Clause 52.217-9) specified in the resultant PO only allows up to 3 option years (NTE 4 years), we could not exercise a fourth option period. To ensure coverage by 9/1/2023, the vendor agreed to provide a 4 month coverage from 9/1/23-11/30/23.
Background/Description of Requirement

The National Institute of Neurological Disorders and Stroke (NINDS) Proteomics Core Facility (PCF) provides protein identification, protein post-translational modification mapping, and protein quantitation services for NIH-wide investigators. The facility is also utilized for collaborations involving various complicated protein quantitation strategies. The Thermo Fisher Orbitrap nanoLC-Lumos mass spectrometer system is essential for all services provided at PCF core. The purpose of this requirement is obtain a short term service contract for the Thermo Fisher Orbitrap nanoLC-Lumos mass spectrometer system while the larger bid for base plus x option years are currently in the works. the temporary service contract is needed in order to keep the system actively maintained in optimal condition. Without it the PCF would not be able to continue to perform research study as a result of the system being without maintenance if it were to go out of service. 

Interested parties may identify in writing their interest and capability in response to this requirement. Responses to this notice shall contain sufficient information to establish the interested parties’ bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.

All responses must be received by closing date and must reference the announcement. Responses may be submitted electronically to the attention of the contract specialist. Fax responses will not be accepted.

All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.