Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 08, 2020 SAM #6674
SOLICITATION NOTICE

J -- 12 month maintenance agreement for laboratory equipment

Notice Date
3/6/2020 2:34:19 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIAID BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
RFQ-NIAID-2009954
 
Response Due
3/20/2020 11:00:00 AM
 
Archive Date
04/04/2020
 
Point of Contact
Angela Stanton, Phone: 4068026194
 
E-Mail Address
angela.stanton@nih.gov
(angela.stanton@nih.gov)
 
Description
This notice is a combined synopsis/solicitation for commercial items using Simplified Acquisition Procedures. 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 (a written solicitation will not be issued) and quotes are being requested. The Solicitation number is RFQ-NIAID-2009954 and the solicitation is issued as a Request for Quotes (RFQ). This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures (SAP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-02, June 5, 2019� The North American Industry Classification System (NAICS) code for this procurement is 811219, Other Electronic and Precision Equipment Repair and Maintenance size standard of $20,500,000.00. This requirement is not a set-aside for small business set aside. The National Institute of Allergy and Infectious Diseases (NIAID), seeks to procure a maintenance agreement on various instruments located in the Viral Immunology Section. This a Bio-Safety level 4 laboratory and all maintenance visits will need to be scheduled for pre sanitation before visit. �Also, please note that the lasers included on the equipment are upgraded and not the standard factory lasers. Please see the attachments for the equipment list (includes all serial and part numbers) equipment information, and the attached definition of the manufacturers service plan and needed options from manufacturer�s website. Offerors must list all requested service plan options on quote. All responsible sources who are certified by BD Biosciences as authorized third-party repair vendors may submit a quotation showing their capabilities and past performance repairing this type of equipment. The vendors shall provide a guarantee that only OEM parts and supplies will be used, and only certified technicians will perform repairs. �Also, third party vendors must submit documentation that the manufacturers technicians can be used in this Bio Safety level 4. All responsible sources may submit a response that will be considered. This documentation will need to be provided at the time of quote submission. Period of Performance: 04/05/2020 � 04/04/2021 Place of Performance: NIH, Hamilton, MT 59840 FOB: Destination Submission shall be received not later than MARCH 20, 2020, by 2:00 p.m. EST. The government intends to award a firm fixed price purchase order to the responsible contractor as a result of this RFQ that will include the terms and conditions set forth herein.� The award will be based on the following; capability to meet the manufactures service requirements, delivery, price and the best value to the government. The following FAR provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items (Jan 2017) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (Oct 2018) FAR 52.204-7 System for Award Management (Oct 2018) 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 (Please ensure 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Dec 2014) is updated in your SAM record) FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements � Representation (Jan 2017) 52.204�24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (August 2019) Must complete representation - see attachment 52.204-24 52.252-1 -Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil/vffara.htm The following FAR contract clauses apply to this acquisition: FAR 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Jan 2017) FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. FAR 52.204-13 System for Award Management Maintenance (Oct 2018) FAR 52-212-4 Contract Terms and Conditions Commercial Items (Oct 2018) FAR 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Jan 202) *The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (January 2010) 52.252-2 -- Clauses Incorporated by Reference. (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address:� http://farsite.hill.af.mil/vffara.htm 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://www.acquisition.gov/far/loadmainre.html & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax. Offers may be mailed, e-mailed to Ms. Angela Stanton, (E-Mail/ angela.stanton@nih.gov). Offers shall include RFQ number in the subject line (RFQ-NIAID-2009954). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f) (Oct 2018) 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 Ms. Angela Stanton at angela.stanton@nih.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8854c7cd09894ee28ad62a7e59353d45/view)
 
Place of Performance
Address: Hamilton, MT 59840, USA
Zip Code: 59840
Country: USA
 
Record
SN05581922-F 20200308/200307085918 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.