Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 28, 2015 FBO #5026
SOLICITATION NOTICE

J -- Maintenance Agreement for Applied Biosystems 4000 QTrap Liquid Chromatography – Mass Spectrometry System - SOW

Notice Date
8/26/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
HHS-NIH-NHLBI-CSB-EB-2015-235-CEB
 
Archive Date
9/23/2015
 
Point of Contact
Chris Bocus, Phone: 3014027888, Iris Merscher, Phone: 301-435-0365
 
E-Mail Address
chris.bocus@nih.gov, iris.merscher@nih.gov
(chris.bocus@nih.gov, iris.merscher@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work. i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation number HHS-NIH-NHLBI-CSB-EB-2015-235-CEB applies and is issued as a request for quotation (RFQ). (iii) Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83, effective July 2, 2015. (iv) The North American Industry Classification System (NAICS) code is 811219 - Other Electronic and Precision Equipment Repair and Maintenance, small business size standard is $20.5 M. This solicitation is 100% set-aside to Small Business. The National Institute of Health (NIH) intends to award a Firm Fixed Price Contract in accordance with the procedures of FAR Part 13. (v) The National Institute of Biomedical Imaging and Bioengineering (NIBIB) has a need for maintenance service for Applied Biosystems 4000 QTrap Liquid Chromatography - Mass Spectrometry System. It is the intent of the Government to establish a firm fixed price purchase order to purchase maintenance service for a period of one year, with provisions for two additional year option. The firm-fixed prices for the base and option period are inclusive of all costs, such as labor, materials, replacement parts, travel costs, performance verification and others as specified on SOW. BASE YEAR CLIN 0001 - Maintenance for one (01) Biosystems 4000 QTrap Liquid Chromatography system in accordance with statement of work. NIH# 01643673 Serial Number: U04840509H Unit of Issue: 12 months OPTION PERIOD ONE CLIN 1001 - Maintenance for one (01) Biosystems 4000 QTrap Liquid Chromatography system in accordance with statement of work. NIH# 01643673 Serial Number: U04840509H Unit of Issue: 12 months OPTION PERIOD TWO CLIN 1001 - Maintenance for one (01) Biosystems 4000 QTrap Liquid Chromatography system in accordance with statement of work. NIH# 01643673 Serial Number: U04840509H Unit of Issue: 12 months (vi) Specifications Equipment is formally described as follows: NIH# 01643673 Model: MDSSCIEX Serial Number: U04840509H Location of instrument: Campus/building 10/room B2C318. The service contract includes the following components: 2 scheduled PMs per year for Mass Spectrometry system; Labor; Parts; Travel; Repair. Guarantee Service Response Time: Phone Support latest response time will be the same day usually immediate; On site response latest 24 hours usually the same day (vii) NIH NIBIB 9000 Rockville Pike, Bldg. 10, Room B2C318, Bethesda, Maryland 20852. (viii) The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors - Commercial Items (April 2014). Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company's complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number and 6) Pricing and delivery in accordance with FAR 52.212-2, Evaluation-Commercial Items, paragraph (ix) below. (ix) 52.212-2 Evaluation-Commercial Items (Oct 2014). - The government intends to award a firm-fixed price purchase order. The offerors shall present capability to perform the service in accordance with statement of work. The offeror's quote shall also provide information that demonstrates that preventive and corrective maintenance personnel performing the service are certified and licensed service engineers. Failure to provide proof of capability and training certification may cause the Contracting Officer to deem the quote package incomplete and ineligible for award. If outside of local community (50 miles radius), vendor shall also provide a narrative stating how response to service request will be provided as required by the SOW. The award will be based on the NIH's assessment of the best valued to the Government. Award may be made to other than the lowest priced offeror. The evaluation and award procedures in FAR 13.106 apply. (x) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Mar 2015). The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (p) of this provision. (xi) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (May 2015) applies to this acquisition. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (May 2015), to include the following clauses listed at paragraph (b): 52.204-10, Reporting Executive Compensation and First-tier Subcontract Awards; 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.222-3, Convict Labor; 52.222.19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Equal Opportunity for Veterans 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37, Employment Reports on Veterans; 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer- System for Award Management; (xiii) The following clause is hereby incorporated in full-text and are to remain in full force in any resultant purchase order: 52.217-8 Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor any time prior to the expiration date of the contract. (End of clause) 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor at least 30 calendar days before the contract expires; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 calendar days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed three (3) years. (xiv) n/a (xv) Due date for submissions is September 8, 2015, 10am ET. All questions should be submitted in writing to cris.bocus@nih.gov. Due to possible email transmission problems it is the contractor's responsibility to verify receipt of quote. (xvi) POC is Chris Bocus, Contract Specialist, 301-402-7888.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/HHS-NIH-NHLBI-CSB-EB-2015-235-CEB/listing.html)
 
Record
SN03856378-W 20150828/150826235341-19050761f6167f84f98ace279058dfed (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.