SOLICITATION NOTICE
J -- Instrument Service Plan for NextSeq 500
- Notice Date
- 8/1/2018
- 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, NCATS, National Institute on Drug Abuse, National Center for Advancing Translational Science (NCATS), 6001 Executive Boulevard, Bethesda, Maryland, 20892, United States
- ZIP Code
- 20892
- Solicitation Number
- NIHDA201800375
- Archive Date
- 8/21/2018
- Point of Contact
- Jessica Adams, Phone: 3044438761, Jeffrey Schmidt,
- E-Mail Address
-
jessica.adams@nih.gov, jeffrey.schmidt@nih.gov
(jessica.adams@nih.gov, jeffrey.schmidt@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- NON-COMPETITIVE COMBINED SYNOPSIS / SOLICITATION Title: Instrument Service Plan for Nextseq 500 (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) The solicitation number is NIHDA201800375 and the solicitation is issued as a request for quotation (RFQ). This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5-Simplified Procedures for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Institute on Drug Abuse (NIDA), Station Support Contracts and Simplified Acquisitions Branch (SS/SA) on behalf of the National Center for Advancing Translational Sciences intends to negotiate and award a purchase order without providing for full and open competition (Including brand-name) to Illumina, Inc. 5200 Illumina Way, San Diego, CA 92122 for an instrument service plan for a Nextseq 500 instrument. This acquisition is conducted as non-competitive for a commercial item or service and is conducted under the authority of the FAR Subpart 13.5-Simplified Procedures for Certain Commercial Items by soliciting from a single source pursuant to FAR Subpart 13.106-1(b). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97, dated January 24, 2018. (iv) The associated NAICS code is 811219 and the small business size standard is $20.5M. This requirement has no small business set aside restrictions. (v) The National Center for Advancing Translational Sciences (NCATS) is a part of the National Institutes of Health (NIH), whose mission it is to catalyze the generation of innovative methods and technologies that will enhance the development, testing and implementation of diagnostics and therapeutics across a wide range of human diseases and conditions. NCATS purchased this Nextseq 500 instrument in 2017. This instrument requires a service plan to keep it in optimal working condition. This acquisition will cover the health check that is required due to the lapse in service plan, as well as, a one (1) year service plan. (vi) Project requirements: Independently and not as an agent of the Government, the Contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government as needed to perform the following: Perform a health check which includes replacement of parts included in the PM kit, the labor and travel to do so. Inspect all components and requalify system. Maintain all subsystems. Once completed issue a SHC certification document so that the service plan can be recertified. The comprehensive service plan should include all parts, labor and travel. Reagent replacement in case of hardware failures. 1 preventative maintenance visit, remote technical support. No more than 3 business day on-site response time. To include all hardware and software updates available during the year period of performance. On-site application support. Discount on advanced training offered Other important considerations: The Government will provide access to instrument during regular business hours, as well as maintaining the instrument. Vendor will deliver, electronically, a SHC Certification document that will serve as a recertification for the system after a gap in coverage. (vii) Period of performance: One year service plan coverage; One time health check due to gap in service plan. (viii) The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (ix) The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical Evaluation Factor: Offeror's technical approach will be evaluated for completeness, feasibility, soundness, and practicality for accomplishing the requirements of the Statement of Work (SOW). 2. Delivery/Period of Performance Evaluation Factor: Contractor's ability to meet or exceed the delivery date/period of performance in the SOW. 3. Cost/Price Evaluation Factor: Offeror(s) cost/price will be evaluated for reasonableness. For a price to be reasonable, it must represent a price to the government that a prudent person would pay when consideration is given to prices in the market. Normally, price reasonableness is established through adequate price competition, but may also be determined through cost and price analysis techniques as described in FAR 15.404. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x) The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. (xi) The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition (xii) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition (xiii) There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xiv) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xv) Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria. The price proposal must include the labor categories, an estimate of the number of hours required for each labor category, fully loaded fixed hourly rate or each labor category, breakdown and rationale for other direct costs or materials, and the total amount. In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." All responses must be received by August 6, 2018 at 1:00pm, Eastern Standard Time and reference number NIHDA201800375. Responses may be submitted electronically to Jessica Adams, Contract Specialist, jessica.adams@nih.gov. Fax responses will not be accepted. (xvi) The name and email address of the individual to contact for information regarding the solicitation: Jessica Adams, Contract Specialist, jessica.adams@nih.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2c803b48c4cefa0a8a13b2b663631d01)
- Place of Performance
- Address: 9800 Medical Center Drive, Building B, Rockville, Maryland, 20850, United States
- Zip Code: 20850
- Zip Code: 20850
- Record
- SN05015442-W 20180803/180801231203-2c803b48c4cefa0a8a13b2b663631d01 (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 |