Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 24, 2012 FBO #3987
SOLICITATION NOTICE

J -- Maintenance, Repair & Rebuilding of Equipment / ScanScope GL & XT

Notice Date
10/22/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, Maryland, 20817
 
ZIP Code
20817
 
Solicitation Number
NIAID-NOI-13C-1603376
 
Archive Date
11/21/2012
 
Point of Contact
Jennifer Walker, Phone: 301-402-2282, Tonia L Alexander, Phone: 301-402-2282
 
E-Mail Address
jewalker@niaid.nih.gov, talexander@niaid.nih.gov
(jewalker@niaid.nih.gov, talexander@niaid.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined Synopsis/Solicitation/Notice of Intent for commercial items prepared in accordance with the format of FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are not being requested, and a written solicitation will not be issued for the solicitation number NIAID-NOI-13C-1603376, a Notice of Intent. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC2005-61, dated October 15, 2012. This acquisition will be processed under Simplified Acquisition Procedures (SAP) as a small business, however small disadvantage, minority, veteran owned, and HUB zone companies, etc., are encourage to submit a proposal. The associated North American Industry Classification System (NAICS) Code is 811310, which has a size standard of 7.0 in millions of dollars. The National Institute of Allergy and Infectious Diseases (NIAID) intends to procure a one-year preventive maintenance on a sole source basis from Aperio Technologies for the following pieces of equipment: 1) ScanScope XT (s/n 1525) with Spectrum Plus 10, Analysis Accelerator System, Data Migration Utility, Genie, Microvessel and Rare Event Detection; and 2) ScanScope GL (s/n 5164) with Spectrum Plus Device License, a 1TB server, 2x3 slide tray and Area Quantification. Contractor shall provide one preventative maintenance inspection per contract period; to include all hardware parts, software upgrades, twenty-four hour telephone support (excluding Aperio recognized holidays) Monday - Friday, and a five (5) business day onsite service response time. The purpose of a one year preventative maintenance is for the reference equipment to be maintained in operating condition. The award will be based on the following factors: 1) capability to perform the above stated salient characteristics, 2) price, and 3) delivery. Place of performance Bethesda, Maryland 20892. Period of performance shall be one year from date of award. This will be a fixed price contract. The FOB terms are 'Destination: and Net 30. The following Federal Acquisition Regulations provisions and clauses apply to the acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items; FAR 52.212-2 Evaluation - Commercial Items; Far 52.212-3 Offeror Representation and Certifications Commercial Items; Far 52.212-4 Contract Terms and Conditions Commercial Items; Far 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; and FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). A completed copy of provisions at FAR 52.212-3 Offerors Representation and Certifications Commercial Items must be included which can be found online at System for Award Management (SAM) https://www.sam.gov. By submission of an offer, the Offeror acknowledges the requirement that a prospective Awardee shall be registered in the SAM database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. [Note: Lack of registration in SAM will make an Offeror ineligible for award.] All responsible sources may submit an offer that will be considered bny the Agency. Offers must be submitted no later than 5:00 P.M. Eastern Standard Time Friday, November 6, 2012, through the Postal Service at the address of NIH/NIAID/AMOB, 10401 Fernwood Road, Room 2NE38A, MSC 4811, Bethesda, MD, 20892-4811. Email and fax submissions are not acceptable. Requests for information concerning this requirement are to be submitted in writing, and can be faxed to 301-480-8720, or e-mailed to jewaker@niaid.nih.gov. It is the vendor's responsibility to confirm receipts of all quotations and /or questions by the closing date of the announcement by contacting Ms. Jennifer Walker at 301-402-2282. Collect calls will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/NIAID-NOI-13C-1603376/listing.html)
 
Place of Performance
Address: National Institutes of Health, NIAID, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02917234-W 20121024/121022233841-8e3d78d2eda7807e289cb54583a3eba9 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.