Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 25, 2015 FBO #5145
SOLICITATION NOTICE

J -- Renew Service Agreement on MicroBeam Module Rel. 4.2 Laser Capture Microscope Systems - SOW

Notice Date
12/23/2015
 
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, Office of Research Facilities, 9000 Rockville Pike, Bldg. 13, Rm. 2E47, MSC 5738, Bethesda, Maryland, 20892-5738, United States
 
ZIP Code
20892-5738
 
Solicitation Number
NIH-OLAO-OD3-RFQ4025491
 
Archive Date
1/13/2016
 
Point of Contact
Shirlene M. Smith, Phone: 3014437979, Brendan Miller, Phone: 301-594-0957
 
E-Mail Address
ssmith@od.nih.gov, Brendan.Miller2@nih.gov
(ssmith@od.nih.gov, Brendan.Miller2@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work 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. The solicitation number for this requirement is NIH-OLAO-OD3-RFQ4025491 and this is a RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-84. This acquisition will be processed as a fixed price requirement and is not a small business set-aside. The North American Industry Classification System (NAICS) Code for this acquisition is 811219, and the small-business size standard $20.5 million. The National Institutes of Health is in need of a one year service agreement with four option years, FAR clause 52.217-8, Option to Extend Services to provide service on Microbeam Module Rel. 4.2 Laser Capture Microscope Systems, Serial #1214000117. The contractor shall provide the following coverage: 1)One (1) preventative maintenance inspection per agreement year; 2)All labor and travel ; 3)All covered replacement parts; 4)Scheduled and emergency service performed between the hours of 8:00am and 5;00pm Monday through Friday, excluding holiday's; 5)Factory trained Customer Support Engineers; 6)10% Discount on Consumable Purchases.; 7)10% Discount on Instrument Upgrades This is a fixed-price requirement. The evaluation will be based on the demonstrated capabilities of the prospective Contractors in relation to the needs of the service as set forth the RFQ. The merits of each proposal will be evaluated carefully. Each proposal must document the feasibility of successful implementation of requirement of the RFQ. Offerors must submit information sufficient to evaluate their proposals based on the detailed evaluation criteria. Please see the attached Statement of Work, Evaluation Criteria and clauses for further information. The following clauses apply to this acquisition: The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition and a statement regarding any addenda to the provision. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer, or submit a printout to their Online Reps and Certs. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clauses, as well as any addenda to the clause, are included in the attachment entitled "Provisions for Commercial Items". The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Applicable clauses can be found in the attachment entitled "Provisions for Commercial Items". Any additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices can be found in the attachment entitled "Provisions for Commercial Items ". There is no Defense Priorities and Allocations System (DPAS) rating assigned to this acquisition. In order to be considered for an award, an offeror must have completed the online electronic Representations and Certifications located at https://www.sam.gov in accordance with FAR 4.1201(a). By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in SAM at https://www.sam.gov/ 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 the System for Award Management will make an offeror ineligible for award.] All responsible sources may submit an offer that will be considered by the Agency. Offers must be submitted no later than 5:00 PM. Eastern Daylight Time on Tuesday, December 29, 2015. Only E-mail submissions are accepted to ssmith@od.nih.gov by required response time. Fax submissions are not authorized. Requests for further information or questions concerning this requirement must be submitted in writing to ssmith@od.nih.gov no later than 10:00AM, December 28, 2015.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OLAO/NIH-OLAO-OD3-RFQ4025491/listing.html)
 
Place of Performance
Address: National Institute of Health/National Institutes of Deafness and Other Communication Disorders, 35A Convent Drive, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03976984-W 20151225/151223234052-dde299a88aac56a9313895236016d3dc (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.