Maintenance service for Mass Spectrometers and components
ID: 75N95025Q00115-RFQType: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFNATIONAL INSTITUTES OF HEALTHNATIONAL INSTITUTES OF HEALTH NIDABethesda, MD, 20892, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT (J066)
Timeline
    Description

    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking qualified contractors to provide maintenance services for mass spectrometers and their components, critical to ongoing research at the National Institute on Aging (NIA). The contract requires OEM-certified technicians to perform preventive maintenance, emergency repairs, and technical support, ensuring the instruments remain operational for research on aging and proteomics. This maintenance is vital for the integrity and functionality of essential research equipment, with services to be conducted at the NIA facility in Baltimore, Maryland, from March 25, 2025, to March 24, 2026. Interested parties should contact Iris Merscher at iris.merscher@nih.gov or 301-827-2547 for further details.

    Files
    Title
    Posted
    The National Institute on Aging (NIA) requires maintenance services for several mass spectrometer systems critical to its research on aging and proteomics. The purpose of this contract is to ensure that these instruments remain operational through qualified, OEM-certified technicians providing preventive maintenance, repairs, and technical support. Services include annual on-site inspections, emergency repairs with a three-day response time, and access to trained technical support. The performance period for the contract is from March 25, 2025, to March 24, 2026, with services to be conducted at the NIA facility in Baltimore, Maryland. The contractor will supply both technicians and necessary replacement parts, while the NIA will provide workspace and basic supplies during maintenance visits. All service documentation must be submitted electronically in compliance with accessibility standards. The emphasis on preventative maintenance reflects the NIA's commitment to maintaining the integrity and functionality of essential research equipment crucial for ongoing studies in aging and biomarker discovery.
    The document outlines the provision regarding the representation of telecommunications and video surveillance services or equipment in federal contracts, particularly as informed by the John S. McCain National Defense Authorization Act. It specifies that offerors in proposals for government contracts need to confirm if they utilize or provide "covered telecommunications equipment or services," which are prohibited under certain conditions. Key sections detail definitions, prohibitions against contracting for items using prohibited equipment, obligations to review excluded parties in the System for Award Management (SAM), and the disclosure requirements if applicable. Offerors must indicate if they will provide such equipment or services and furnish comprehensive information about the equipment, its origin, and proposed use to comply with federal obligations. This provision emphasizes the government's commitment to national security by ensuring that contracts do not support telecommunications systems that compromise integrity.
    The document outlines federal procurement regulations applicable to contractors engaged in providing commercial products and services under government contracts. It specifies various FAR (Federal Acquisition Regulation) clauses that contractors must comply with, including ethics, subcontractor sales restrictions, whistleblower protections, reporting requirements, and labor standards. Key clauses encompass prohibitions on certain technologies, such as those from Kaspersky Lab and ByteDance, ensuring integrity in procurement. There are also directives aimed at supporting small businesses, including small business set-asides and utilization requirements. Additional sections detail compliance with environmental regulations and labor rights for workers. This comprehensive framework is crucial for ensuring that contractors align with federal policies, thereby fostering transparency, ethical business practices, and the inclusion of small enterprises in federal contracting opportunities. Overall, the document serves as a guide for contractors to understand their obligations under federal law, thereby informing their participation in RFPs and grants at federal, state, and local levels.
    This document outlines the exemption criteria under the Service Contract Labor Standards (SCLS) for contracts involving maintenance, calibration, or repair of certain equipment. It requires offerors to certify whether the equipment is used for non-government purposes and if services are priced based on established catalog or market prices. The certification confirms that compensation plans for service employees align with those servicing commercial customers. If an offeror certifies compliance, they may be exempt from the SCLS, impacting contract clause inclusion. However, failure to execute the certification or notify the Contracting Officer may disqualify the offeror from award consideration. The provision is critical for aligning contractual obligations with federal labor standards, ensuring equitable wage practices while maintaining streamlined procurement processes. This provision is applicable in the context of federal and local RFPs, facilitating clarity in contract compliance obligations for service contracts.
    The document outlines the Information and Communication Technology (ICT) Accessibility Notice for federal solicitations, specifically emphasizing compliance with Section 508 accessibility standards established by the Department of Health and Human Services (HHS). Offerors are required to submit an HHS Section 508 Accessibility Conformance Checklist or an Accessibility Conformance Report to assist HHS in evaluating compliance regarding proposed ICT supplies and services. The documents must detail how the products or services conform to the standards and indicate any necessary remediation efforts. Furthermore, the notice stresses the contractor's responsibility for ensuring compliance post-award; if products do not meet the accessibility standards as claimed, the contractor must bear the costs for necessary remediation. Accessibility requirements for delivered electronic content are also highlighted, with the mandate for items to be accompanied by the appropriate checklist, barring exceptions authorized by the contracting officer. This framework aims to guarantee that all ICT utilized complies with mandated accessibility standards, thereby facilitating inclusion and access for all potential users.
    The document outlines the clause regarding Information and Communication Technology (ICT) Accessibility for federal contracts, as dictated by Section 508 of the Rehabilitation Act of 1973. It mandates that all ICT supplies, products, and services developed or delivered under such contracts must adhere to the Revised 508 Standards. The contractor is responsible for ensuring conformance to these standards and must remediate any deficiencies at their own cost. In cases of contract modifications that introduce new ICT elements, contractors must submit an Accessibility Conformance Checklist or an Accessibility Conformance Report to demonstrate compliance. This document also requires contractors to report any perceived exceptions to Section 508 requirements, ensuring overarching adherence to accessibility standards. This clause emphasizes the federal government's commitment to accessibility and provides a clear framework for contractors, promoting inclusion and compliance in the procurement of ICT resources.
    This document outlines the invoice and payment provisions applicable to contractors under federal Purchase Orders, Task Orders, and Blanket Purchase Agreements, effective as of March 20, 2023. It emphasizes the significance of submitting proper invoices that include specific mandatory elements such as contractor information, unique identifiers, tax identification, and descriptions of services rendered. Payment timelines are defined, stipulating that payments will be made within 30 days of receiving a proper invoice or government acceptance of services. Interest penalties for late payments follow the stipulations of the Prompt Payment Act. The document also mandates the electronic submission of payment requests through the Department of Treasury’s Invoice Processing Platform (IPP). Furthermore, it highlights the requirement for expedited payments to small business subcontractors to foster timely compliance and support. Given its detailed procedural guidance, the document is crucial for ensuring contractors meet contractual invoicing obligations while enhancing accountability and financial management within federal contracting processes.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Preventive Maintenance Service for Thermo Orbitrap Fusion Lumos Mass Spectrometer System
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking preventive maintenance services for its Thermo Orbitrap Fusion Lumos mass spectrometer system, which is crucial for the Clinical Cancer Metabolism Facility's research activities. The contractor will be responsible for providing all necessary labor, materials, and equipment to maintain the system's functionality, including annual scheduled visits for cleaning, calibration, and testing, as well as emergency services at no additional cost. This procurement is vital for ensuring the accuracy and reliability of data from clinical trials, directly impacting patient care and safety, and is structured as a firm fixed-price order for one year with four optional extensions. Interested parties, particularly small businesses, are encouraged to submit capability statements by March 3, 2025, and can contact David Romley at David.Romley@nih.gov or 240-276-7822 for further information.
    Service and Maintenance for a DNA qualification instrument (Femto Pulse System)
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking qualified contractors to provide service and maintenance for the Agilent Femto Pulse System, a critical instrument used for DNA qualification within its Center for Alzheimer’s and Related Dementias (CARD). The procurement includes a base year and two optional years under a firm fixed price agreement, requiring certified Agilent technicians to perform preventative maintenance, software upgrades, and troubleshooting, with rapid response times mandated for service requests. This maintenance is essential for ensuring the operational capabilities of vital research equipment, which supports ongoing studies in Alzheimer's and related dementias. Interested parties should contact Rashiid Cummins at rashiid.cummins@nih.gov for further details regarding the solicitation process.
    Qiagen, LLC QIA Instrument Maintenance Service
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals for the maintenance service of Qiagen, LLC QIA instruments. This procurement aims to ensure the operational efficiency and reliability of electronic and precision equipment used in laboratory settings, which is critical for ongoing research and health initiatives. The services will be performed in Bethesda, Maryland, and interested vendors can reach out to Kimala Winfield at kimala.winfield@nih.gov or 301-496-7015, or Malinda Dehner at DehnerM@cc.nih.gov or 301-594-6320 for further details. The opportunity is currently in the presolicitation phase, and specific deadlines will be communicated as the procurement process progresses.
    SERVICE AGREEMENT FOR THERMO ELECTRON LABORATORY EQUIPMENT (AMBIS 2247584)
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH) through the National Institute of Allergy and Infectious Diseases (NIAID), is soliciting quotes for maintenance agreements on Thermo Electron laboratory equipment, critical for research involving complex proteomic data. The procurement, identified by solicitation number RFQ-NIAID-25-2247584, requires comprehensive service plans for various mass spectrometry instruments, ensuring prompt maintenance response times, priority technical support, and regular preventive maintenance visits. This equipment is essential for analyzing high-value samples in ongoing research projects, and the contract period spans from March 19, 2025, to March 18, 2026. Interested vendors must submit their quotes electronically by December 30, 2024, and can contact Kimberly Rubio at kimberly.rubio@nih.gov for further information.
    Roche cobas® z 480 Analyzer Maintenance Service
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking maintenance services for the Roche cobas® z 480 Analyzer. This presolicitation opportunity aims to ensure the proper functioning and reliability of this critical laboratory equipment, which is essential for various diagnostic and research applications. The maintenance service will be performed in Bethesda, Maryland, and interested vendors can reach out to Kimala Winfield at kimala.winfield@nih.gov or 301-496-7015, or Malinda Dehner at dehnerm@cc.nih.gov or 301-594-6320 for further details. The procurement process is in the early stages, and specific deadlines will be communicated as the opportunity progresses.
    J--LSM and Crossbeam Equipment Maintenance
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking sources for the maintenance of LSM and Crossbeam equipment. This procurement aims to ensure the proper functioning and longevity of electronic and precision equipment, which is critical for laboratory operations and research activities. The services required fall under the NAICS code 811210, focusing on the repair and maintenance of instruments and laboratory equipment. Interested vendors can reach out to Noelle Decenzo at noelle.decenzo@nih.gov or call +1 301 402 5571 for further details regarding this opportunity.
    NOTICE OF INTENT TO SOLE SOURCE: Preventive Maintenance Services for one (1) Bruker GeoMx Digital Spatial Profiler System
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source contract for preventive maintenance services for one Bruker GeoMx Digital Spatial Profiler System at its Tumor Immune-Micro-Environment laboratory in Bethesda, Maryland. The procurement includes on-site maintenance, emergency repair services, and software updates, all to be performed by factory-trained personnel to ensure the system operates optimally for research on tumor microenvironments and immune-based therapies. This contract is crucial for maintaining advanced research equipment that supports innovative cancer treatment strategies, with a performance period of one base year and four optional extensions, and payments made quarterly in arrears. Interested parties can contact Miguel Diaz at miguel.diaz@nih.gov or by phone at 240-276-5439 for further details.
    NOTICE OF INTENT TO SOLE SOURCE: Preventive Maintenance Service for One (1) Bruker Preclinical BioSpec 3T MRI System
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source contract for preventive maintenance services for a Bruker Preclinical BioSpec 3T MRI System. The contractor will be responsible for on-site preventive maintenance, emergency repairs, software updates, and hardware refreshes, all performed by factory-trained personnel in accordance with OEM standards. This MRI system is vital for the Radiation Biology Branch's research on cancer treatment and diagnosis, ensuring optimal functionality for metabolic imaging studies. Interested parties can contact Miguel Diaz at miguel.diaz@nih.gov or call 240-276-5439 for further details regarding this opportunity.
    SERVICE AGREEMENT FOR REESE ELECTRONIC MONITORING SOFTWARE
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking a service agreement for the Reese Electronic Monitoring Software. This procurement aims to secure maintenance and repair services for electronic and precision equipment, which are critical for the NIH's operational efficiency and research capabilities. The services will be performed in Hamilton, Montana, and are categorized under the NAICS code 811210, focusing on the maintenance and repair of laboratory instruments and equipment. Interested vendors can reach out to Maliaka Pinkney at maliaka.pinkney@nih.gov or call 240-669-5308, or contact Jesse Weidow at weidowjd@niaid.nih.gov or 406-375-9783 for further details.
    Preventative Maintenance Agreement
    Buyer not available
    Solicitation Notice: HEALTH AND HUMAN SERVICES, DEPARTMENT OF - NATIONAL INSTITUTES OF HEALTH is seeking a Preventative Maintenance Agreement for integration systems used in the current Operating Rooms to the Education Room in Bethesda, Maryland, United States. The purpose of this agreement is to support the existing systems and prevent delay in case the integration system goes down. The agreement requires remote monitoring capabilities, collaboration among NIH and other research institutes, and web-based and teleconference consultation and collaboration. The contract duration includes a base year and two option years. This acquisition is being conducted using policies unique to the Federal Acquisition Regulation (FAR) Part 13. Interested parties may respond to this notice, and the Government will determine whether to compete the requirement based on the responses received.