DOCUMENT
66 -- BD Biosciences Flow Cytometry Instrumentation Maintenance Agreement - FAR 52.212-1
- Notice Date
- 1/20/2016
- Notice Type
- FAR 52.212-1
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 5601 Fishers Lane, 3rd Floor MSC 9822, Bethesda, Maryland, 20892, United States
- ZIP Code
- 20892
- Solicitation Number
- NOI-RML-C-1773825
- Archive Date
- 2/13/2016
- Point of Contact
- Suzanne Miller, Phone: 406-363-9445, Barbara Horrell, Phone: 406-363-9489
- E-Mail Address
-
millers2@niaid.nih.gov, horrellb@niaid.nih.gov
(millers2@niaid.nih.gov, horrellb@niaid.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- FAR 52.212-5 This notice is a Notice of Intent. The Government intends to negotiate on a sole source basis with BD Biosciences for an annual service agreement on the following LSR II Flow cytometer instrument. Period of performance is 2/18/16-2/17/17. This acquisition will be made in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 "Streamlined Procedures for Evaluation and solicitation for commercial Items," as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are not being requested and a written solicitation will not be issued. Submit offers on NOI-RML-C-1773825. This acquisition is a Notice of Intent (NOI). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-85 January 4, 2016. The associated North American Industry Classification System (NAICS) code for this procurement is 811219 with a small business size standard of $20.5M. This requirement is not set aside for small business. The National Institute of Allergy and Infectious Diseases (NIAID), Rocky Mountain Laboratories, is seeking to purchase this annual service agreement to guarantee this equipment is calibrated and serviced periodically and repaired by trained technicians. Contract covers the following items: 1LSRII Special No Lasers, Cat # 345383 2Laser Sapphire 488-50 Blue, Cat # 646989 3COHR Cube 640-40 Red, Cat # 647310 4 Laser Compass 561-40 Lt Grn, Cat # 647313 5Laser CUBE 405-50C Violet, Cat # 642079 This agreement must be invoiced quarterly in arrears. Vendor shall provide 1.Coverage ; includes the BD LSR II Special Order System and components listed above, with one Computer Workstation (excluding lasers and printers) for labor, travel expenses and parts (excluding consumables), for the following: Two (2) Preventive Maintenance Inspections to be performed during a twelve-month period, including 2 PM Kits. - Software Revisions released during the Agreement term. - Unlimited service visits, Monday-Friday, excluding BD Biosciences holidays. - Unlimited telephone support for instruments, reagents and applications will be provided at no additional charge. - Every reasonable effort will be made to respond to a request for emergency on-site service (Monday through Friday, excluding BD Biosciences holidays) within 48 hours. FOB Point shall be Destination; Hamilton, MT 59840. Place of Performance: Rocky Mountain Laboratories, NIH 903 South 4th Street Hamilton, MT 59840 United States Award will be based on the capability of the item offered to meet the above stated salient characteristics, price, past performance, delivery, warranty, and the best value to the government. The following FAR provisions apply to this acquisition: 52.212-1 Instructions to Offerors Commercial Items (Oct 2015) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (Nov 2015) Offerors must complete annual representations and certifications on-line at http://www.sam.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items The following contract clauses apply to this acquisition: FAR 52-212-4 Contract Terms and Conditions Commercial Items (May 2015) FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Jan 2016) 52.204-16 Commercial and Government Entity Code Reporting (July 2015) 52.204-18 Commercial and Government Entity Code Maintenance (July 2015) 52.232-40 Providing accelerated Payments to Small Business Subcontractors (Dec 2013) 52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (DEVIATION 2015-02) (FEB 2015) 52.203-99, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (DEVIATION 2015-02) (FEB 2015) The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (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 (www.sam.gov). Copies of the above-referenced provisions and clauses are available from https://www.acquisition.gov/?q=browsefar or, upon request, either by telephone or fax. This is a Notice of Intent for solicitation of an annual service agreement defined herein. The government intends to award a purchase order as a result of this solicitation that will include the terms and conditions set forth herein. To facilitate the award process all quotes must include a statement regarding the terms and conditions herein as follows: "The Terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" (Quoter shall list exception(s) and rationale for the exception(s).) Submission shall be received not later than January 29, 2016, 9:00 am MST. Offers may be mailed, e-mailed or faxed to Suzanne Miller, (Fax - 406-363-9288), (millers2@niaid.nih.gov). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f) All responsible sources may submit an offer that will be considered by this Agency. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Suzanne Miller, millers2@niaid.nih.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/NOI-RML-C-1773825/listing.html)
- Document(s)
- FAR 52.212-1
- File Name: FAR 52.212-1 (http://farsite.hill.af.mil/vffara.htm)
- Link: http://farsite.hill.af.mil/vffara.htm
- File Name: FAR 52.212-4 (http://farsite.hill.af.mil/vffara.htm)
- Link: http://farsite.hill.af.mil/vffara.htm
- File Name: FAR 203-98, FAR 203-99, FAR 201-16, FAR 204-18, FAR 232-40 (http://farsite.hill.af.mil/vffara.htm)
- Link: http://farsite.hill.af.mil/vffara.htm
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: FAR 52.212-1 (http://farsite.hill.af.mil/vffara.htm)
- Place of Performance
- Address: Rocky Mountain Laboratories, NIH, 903 South 4th Street, Hamilton, Montana, 59840, United States
- Zip Code: 59840
- Zip Code: 59840
- Record
- SN03996219-W 20160122/160120234518-1ebbe5510619ceca22cfee5a8e35476e (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 |