SOLICITATION NOTICE
J -- Service Agreement on a Thermo Scientific � CellInsight � CX7 LZR High Content Screening System
- Notice Date
- 9/2/2020 1:40:06 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- 75N95020Q00307
- Response Due
- 9/8/2020 7:00:00 AM
- Archive Date
- 09/23/2020
- Point of Contact
- Renee Dougherty, Phone: 3018278453
- E-Mail Address
-
Renee.Dougherty@nih.gov
(Renee.Dougherty@nih.gov)
- Description
- NON-COMPETITIVE COMBINED SYNOPSIS / SOLICITATION Title: Service Agreement on a Thermo Scientific � CellInsight � CX7 LZR High Content Screening System �(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 75N95020Q00307 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 PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME).� The National Institute on Drug Abuse (NIDA), Office of Acquisition (OA), on behalf of the National Institute on Aging (NIA), intends to negotiate and award a purchase order without providing for full and open competition (including brand-name) to Life Technologies Corporation,5781 Van Allen Way, Carlsbad, CA 92008-7321 for a service agreement on a Thermo Scientific � CellInsight � CX7 LZR High Content Screening System. This acquisition is conducted as non-competitive for a commercial item or service and is conducted pursuant to FAR 13.106-1(b)(1). (iii)������ The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2020-07, with effective date 08-31-2020. (iv)������ The associated NAICS code 811219 and the small business size standard is $22M.�� This requirement is full and open with no set-aside restrictions. (v)������� This requirement is for a one year service agreement on the following: Item Number: 1 (Base Year) Manufacturer Part Number: AB Protection 1PM Quantity: 1 Unit:� year Description:� CELLINSIGHT CX7 LZR PLATFORM (serial # H3118-210B-0011) Item Number: 2 (Base Year) Manufacturer Part Number: AB Assurance 0PM Quantity: 1 Unit:� year Description:� ONSTAGE INCUBATOR CX7� (serial #I0418-218A-0042) To include three (03) optional year periods as follows: Item Number: 3 (Optional Year 1) Manufacturer Part Number: AB Protection 1PM Quantity: 1 Unit:� year Description:� CELLINSIGHT CX7 LZR PLATFORM (serial # H3118-210B-0011) Item Number: 4 (Optional Year 1) Manufacturer Part Number: AB Assurance 0PM Quantity: 1 Unit:� year Description:� ONSTAGE INCUBATOR CX7� (serial #I0418-218A-0042) _______________________________________________________________ Item Number: 5 (Optional Year 2) Manufacturer Part Number: AB Protection 1PM Quantity: 1 Unit:� year Description:� CELLINSIGHT CX7 LZR PLATFORM (serial # H3118-210B-0011) Item Number: 6 (Optional Year 2) Manufacturer Part Number: AB Assurance 0PM Quantity: 1 Unit:� year Description:� ONSTAGE INCUBATOR CX7� (serial #I0418-218A-0042) _________________________________________________________ Item Number: 7 (Optional Year 3) Manufacturer Part Number: AB Protection 1PM Quantity: 1 Unit:� year Description:� CELLINSIGHT CX7 LZR PLATFORM (serial # H3118-210B-0011) Item Number: 8 (Optional Year 3) Manufacturer Part Number: AB Assurance 0PM Quantity: 1 Unit:� year Description:� ONSTAGE INCUBATOR CX7� (serial #I0418-218A-0042) (vi)������ Service technicians will provide emergency repair service, labor, travel, and replacement parts, excluding consumable items on our CellnSight CX7 High Content Screening System in accordance with the attached document �75N95020Q00307_Requirements�. Contractor will provide 1 planned maintenance inspection per service period on CellnSight CX7 High Content Screening System (annually) and experimental support as needed. �(vii)����� The Government anticipates award of a firm fixed-price purchase order for this acquisition with an anticipated period of performance of twelve (12) months and the purchase order will include three successive optional twelve (12) month periods of performance to be exercised at the Government�s discretion. (viii)���� The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. 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 these addresses:� https://www.acquisition.gov/browse/index/far ��https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html��� (End of provision) The following provisions apply to this acquisition and are incorporated by reference: FAR 52.204-7, System for Award Management (Oct 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020) FAR 52.212-1, Instructions to Offerors-Commercial Items (Jun 2020) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Mar 2020) FAR 52.222-48, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Certification (May 2014) HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015) The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. 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 these addresses: https://www.acquisition.gov/browse/index/far ����https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html � (End of clause) The following clauses apply to this acquisition and are incorporated by reference: FAR 52.204-13, System for Award Management Maintenance (Oct 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020) FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2018) FAR 52.217-8, Option to Extend Services (Nov 1999) FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000) � The following provisions and clauses apply to this acquisition and are attached in full text: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jun 2020) NIH Invoice and Payment Provisions (2/2014) (ix)������ The Government will evaluate quotations or offers in accordance with FAR 13.106-2 and award a purchase order from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: a. Technical capability of the service offered to meet the Government requirement; b. Price; and c. Past performance [see FAR 13.106-2(b)(3)]. � (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)������� 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. If not completed in the Representations and Certifications, the offeror must include the representations at 52.204-24 and 52.204-26. �A copy of the 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment is attached (see document titled, �75N95020Q00307_52.204-24_Telecom_Provision�).� And a copy of 52.204-26 Covered Telecommunications Equipment or Services-Representation is attached (see document titled, �75N95020Q00307_52.204-26_Covered_Telecom_Provision�). (xi)������ The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii)����� The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and is attached in full text. (xiii)���� There are no additional contract requirements 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 sufficient information to establish the interested parties� bona-fide capabilities of providing the service. The price quote shall include: item number, quantity, unit price, list price, discounted price, type of coverage, delivery days after contract award, catalog number(s),�service description, and any other information or factors that may be considered in the award decision. Such factors may include: past performance, special training, authorization certificates, and any other considerations. Responses to this solicitation must include clear and convincing evidence of the offeror�s capability of fulfilling the requirement. 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 quotations must be received by 10 a.m. Eastern Time, on Tuesday, September 8, 2020, and reference Solicitation Number 75N95020Q00307. Responses must be submitted electronically to Renee Dougherty, Contracting Officer, at renee.dougherty@nih.gov. Fax responses will not be accepted. (xvi)���� The name and telephone number of the individual to contact for information regarding the solicitation: Renee Dougherty, Contracting Officer, 301-827-8453, renee.dougherty@nih.gov
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ac5de4009d764f139b373cd0aa0cfeea/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN05783648-F 20200904/200902230137 (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 |