SOLICITATION NOTICE
Z -- Full Service Maintenance Agreement for Teledyne ISCO Chromatography Flash System - Combined Synopsis Solicitation
- Notice Date
- 9/18/2018
- 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, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 6001 Executive Boulevard, Room 3165, Bethesda, Maryland, 20892, United States
- ZIP Code
- 20892
- Solicitation Number
- 2018-005419-5012042
- Archive Date
- 9/30/2019
- Point of Contact
- Debra C. Hawkins, Phone: 301-827-7751
- E-Mail Address
-
Debra.Hawkins@nih.gov
(Debra.Hawkins@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Combined Synopsis Solicitation COMBINED SYNOPSIS / SOLICITATION NUMBER: 2018-005419-5012042 (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 and a statement that the solicitation is issued as request for quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100, August 22, 2018. (iv) There are no small business set-aside restrictions. North American Industry Classification Standard (NAICS) Code: 811219-Other Electronic and Precision Equipment Repair and Maintenance. Small Business Size standard: $20.5 million This acquisition is being conducted pursuant to FAR Subpart 13.106-1(b)-Soliciting from a single source. (1)(ii) brand name item peculiar to one manufacturer and FAR Subpart 12.603-Streamlined solicitation for commercial items. (v) Full Service Maintenance Agreement for Teledyne ISCO Chromatography Flash System SCHEDULE OF CHARGES BASE PERIOD OF PERFORMANCE - The period of performance of this contract shall be from September 30, 2018 through September 29, 2019. Item No. Description Quantity Unit Price Total Amount 1. Teledyne ISCO Flash System, Serial Numbers: (1) 214D20179; (2) 214M20088; (3) 213G20172; (4) 214G20029; (5) 214G20023; (6) 214G20022; (7) 214G20021; (8) 214G200024; (9) 215B20240; (10) 215E20035; (11) 211L20130; and (12) 216G01916 12 Each Total Amount for the Period of Performance $ SCHEDULE OF CHARGES OPTION ONE (1) PERIOD OF PERFORMANCE - The period of performance of this contract shall be from September 30, 2019 through September 29, 2020 Item No. Description Quantity Unit Price Total Amount 1. Teledyne ISCO Flash System, Serial Numbers: (1) 214D20179; (2) 214M20088; (3) 213G20172; (4) 214G20029; (5) 214G20023; (6) 214G20022; (7) 214G20021; (8) 214G200024; (9) 215B20240; (10) 215E20035; (11) 211L20130; and (12) 216G01916 12 Each Total Amount for the Period of Performance $ SCHEDULE OF CHARGES OPTION TWO (2) PERIOD OF PERFORMANCE - The period of performance of this contract shall be from September 30, 2020 through September 29, 2021 Item No. Description Quantity Unit Price Total Amount 1. Teledyne ISCO Flash System, Serial Numbers: (1) 214D20179; (2) 214M20088; (3) 213G20172; (4) 214G20029; (5) 214G20023; (6) 214G20022; (7) 214G20021; (8) 214G200024; (9) 215B20240; (10) 215E20035; (11) 211L20130; and (12) 216G01916 12 Each Total Amount for the Period of Performance $ SCHEDULE OF CHARGES OPTION THREE (3) PERIOD OF PERFORMANCE - The period of performance of this contract shall be from September 30, 2021 through September 29, 2022 Item No. Description Quantity Unit Price Total Amount 1. Teledyne ISCO Flash System, Serial Numbers: (1) 214D20179; (2) 214M20088; (3) 213G20172; (4) 214G20029; (5) 214G20023; (6) 214G20022; (7) 214G20021; (8) 214G200024; (9) 215B20240; (10) 215E20035; (11) 211L20130; and (12) 216G01916 12 Each Total Amount for the Period of Performance $ SCHEDULE OF CHARGES OPTION FOUR (4) PERIOD OF PERFORMANCE - The period of performance of this contract shall be from September 30, 2022 through September 29, 2023 Item No. Description Quantity Unit Price Total Amount 1. Teledyne ISCO Flash System, Serial Numbers: (1) 214D20179; (2) 214M20088; (3) 213G20172; (4) 214G20029; (5) 214G20023; (6) 214G20022; (7) 214G20021; (8) 214G200024; (9) 215B20240; (10) 215E20035; (11) 211L20130; and (12) 216G01916 12 Each Total Amount for the Period of Performance $ (vi) Independently, and not as an agent of the Government, the contractor shall provide full service maintenance and repair service of the Teledyne ISCO Chromatography Flash Systems to include: (1) Coverage for parts, travel and labor costs for per-call repair service; and (2) Coverage for preventative maintenance parts kit. (vii) It is estimated that the proposed acquisition will require a base period of 12-months from September 30, 2018 through September 29, 2019 with four (4) successive one-year options to extend the contract term through September 29, 2023 and FOB Point. (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. The evaluation lowest priced manufacturer certified repair agent for Teledyne Instruments. (x) The Offerors are to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. (xi) FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. An Addenda also applies to this acquisition. The addenda include the following clauses: (1) FAR Clause 52.217-3 Evaluation Exclusive of Options (Apr 1984). The Government will evaluate offers for award purposes by including only the price for the basic requirement; i.e., options will not be included in the evaluation for award purposes. (End of provision); (2) FAR 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 within one (1) day; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least ten (10) 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 five (5) years. (End of clause) (xii) A statement that the 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 that applies to this acquisition. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating, is not applicable. (xv) Quote and all responses are due electronically to debra.hawkins@nih.gov on or before 12:00 Noon, Eastern Time, Friday, September 21, 2018. (xvi) For information regarding the solicitation contact Debra C. Hawkins at debra.hawkins@nih.gov. Closing Statement: It is anticipated that one (1) award will be made from this solicitation and that the award(s) will be made on/about September 25, 2018. The award from this RFQ is Firm Fixed-Price type with a one 12-month period and four consecutive 12-month option periods. Responses to this notice must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The response shall include: the unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. 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." Responses may be submitted electronically to debra.hawkins@nih.gov. Fax responses will not be accepted. "All responsible sources may submit response which, if timely received, must be considered by the agency." (17) Place of Contract Performance: National Institutes of Health, Bethesda, Maryland 20892. (18) Set-aside Status: None
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/2018-005419-5012042/listing.html)
- Place of Performance
- Address: National Institutes of Health Bethesda, Maryland, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN05093683-W 20180920/180918230829-4b57cf7479122bf6c182b189dd1fc2d8 (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 |