DOCUMENT
66 -- 1 Year Service Contract - FAR CLAUSES ATTACHED
- Notice Date
- 3/16/2016
- Notice Type
- FAR CLAUSES ATTACHED
- 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-1783909
- Archive Date
- 3/30/2016
- Point of Contact
- Diana Rohlman, Phone: 4063639366, Lynda Kieres, Phone: 406-363-9210
- E-Mail Address
-
diana.rohlman@nih.gov, lkieres@niaid.nih.gov
(diana.rohlman@nih.gov, lkieres@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 Roche Diagnostics Corp. for the procurement of a 1 year maintenance service agreement, period of performance 04/01/2016 - 03/31/2017 in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 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-1783909 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) 05-87 March 16, 2016 The North American Industry Classification System (NAICS) code for this procurement is 811219 with a small business size standard of $20.5 M This requirement is not set aside for small business. The National Institute of Allergy & Infectious Diseases, Rocky Mountain Laboratories is seeking to purchase the following: 1 year service & support contract for two Discovery Ultra Stainers. Period of Performance will be 04/01/2016 - 03/31/2017. Coverage will include: Unlimited on-site service & support by a manufacturer certified technician available Mon-Fri 8 a.m. to 5 p.m. (excluding holidays) All repair requests will be dispatched within a 48 hour response time. Cost for all repairs and annual preventative maintenance parts included in priced quote. No shipping charges for repair and PM parts will be incurred. One annual preventative maintenance will be performed by a certified technician. Only qualified and certified technicians are allowed to maintain these stainers and all parts must be replaced with original manufactured parts. Agreement shall include all operational modifications by a certified technician during the next scheduled service visit. FOB Point shall be Destination; Hamilton, MT 59840. Place of Performance: Rocky Mountain Laboratory Hamilton, MT 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 (April 2014) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (May 2014) 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 2014) FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (March 2016) 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) 52.232-40 - Providing Accelerated Payments to Small Business Subcontractors. (DEC 2013) The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Dec 2014) (a) Definitions. "Inverted domestic corporation" and "subsidiary" have the meaning given in the clause of this contract entitled Prohibition on Contracting with Inverted Domestic Corporations (52.209-10). (b) Government agencies are not permitted to use appropriated (or otherwise made available) funds for contracts with either an inverted domestic corporation, or a subsidiary of an inverted domestic corporation, unless the exception at 9.108-2(b) applies or the requirement is waived in accordance with the procedures at 9.108-4. (c) Representation. By submission of its offer, the offeror represents that- (check one) ____(1) It is not an inverted domestic corporation: and ____(2) It is not a subsidiary of an inverted domestic corporation 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 http://farsite.hill.af.mil/vffara.htm or, upon request, either by telephone or fax. This is an open-market combined synopsis/solicitation/Notice of Intent for Roche Diagnostics service contract as defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. Submission shall be received not later than March 25, 2016 9:00 a.m. MST. Offers may be mailed, e-mailed or faxed to Diana Rohlman; (Fax - 406-363-9288), (diana.rohlman@nih.gov). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f) All responsible sources may submit a capability statement, proposal or quotation that will be considered by this Agency. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Diana Rohlman, (diana.rohlman@nih.gov)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/NOI-RML-C-1783909/listing.html)
- Document(s)
- FAR CLAUSES ATTACHED
- File Name: FAR CLAUSES (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 CLAUSES (http://farsite.hill.af.mil/vffara.htm)
- Place of Performance
- Address: Rocky Mountain Laboratories, 903 S 4th Street, Hamilton, Montana, 59840, United States
- Zip Code: 59840
- Zip Code: 59840
- Record
- SN04052780-W 20160318/160316235632-5ad0f2235baaa75ebdfd525d0ae8202a (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 |