Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 13, 2021 SAM #7103
SOLICITATION NOTICE

J -- Annual Maintenance Agreement for Agilent 400 MHz NMR Spectrometer (NMR400-SN41271)

Notice Date
5/11/2021 9:39:57 AM
 
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
75N95021Q00080
 
Response Due
5/18/2021 8:00:00 AM
 
Archive Date
06/02/2021
 
Point of Contact
Renato Gomes, Phone: 3014512596
 
E-Mail Address
renato.gomes@nih.gov
(renato.gomes@nih.gov)
 
Description
AMENDMENT No.: 01, from May 11, 2021 QUOTATION DUE DATE: 11:00 a.m., Eastern Time, on May 18, 2021 (Remains Unchanged) This amendment No.: 1 is to�revise the Statement of Work (SOW) and provide answers to interested offeror questions. The ammendment No.:1 (G Mod_1_75N95021Q00080_Mod_and_questionss) is attached in full. END OF AMENDMENT No.: 01, from May 11, 2021 (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 75N95021Q00080 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; 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), Office of Acquisition (OA), on behalf of the The National Center for Advancing Translational Sciences (NCATS) Division of Preclinical Innovation (DPI) intends to negotiate and award a purchase order without providing for full and open competition to Agilent Technologies Inc, 5301 Stevens Creek Blvd, Santa Clara, CA 95051 for the Annual Maintenance Agreement for Agilent 400 MHz NMR Spectrometer (NMR400-SN41271). This acquisition is conducted as non-competitive for a commercial item or service and is conducted pursuant to FAR 13.106-1(b)(1). The rationale for not providing full and open competition is based on the fact that no other company is authorized by the Original Equipment Manufacturer (OEM) to provide the maintenance services on the Agilent 400 MHz NMR spectrometer (NMR400-SN41271). (iii)������ The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2021-05, with effective date March 10, 2021. (iv)������ The associated NAICS code 811219 and the small business size standard $22M. This requirement is not set-aside. DESCRIPTION (v)������� Background Information and Objective: The National Institutes of Health (NIH) is the nation�s leading medical research agency and the primary Federal agency whose mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability, conducting, supporting and making medical discoveries that improve people�s health and save lives. The National Center for Advancing Translational Sciences (NCATS) is a part of the National Institutes of Health (NIH), which 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. The Division of Preclinical Innovation (DPI) plans, conducts and uses both internal and contract resources to advance collaborative research projects across the preclinical phases of the translational science spectrum. Specifically, this division: Plans, conducts and collaborates on research to develop new methods and technologies to enhance preclinical processes. Plans, conducts and collaborates on research to evaluate existing and developing approaches, technologies, and processes in the preclinical spectrum. Supports training programs relevant to preclinical phases of translational science. Allocates DPI resources to preclinical extramural and intramural investigators. Collaborates with other NIH Institutes and Centers and the scientists they support. Consults with stakeholders, including patients, industry and regulators. The DPI requires an annual service agreement to maintain the Agilent 400 MHz NMR spectrometer (Serial Number: NMR400-SN41271) in fully functioning order via preventative maintenance for one 12-month base year and three (3) 12-month successive option years. Without such a contract in place, repair costs are extremely high and instrument downtime is much longer causing a significant decrease in scientific productivity). (vi)������ The National Center for Advancing Translational Sciences (NCATS) Division of Preclinical Innovation (DPI), previously purchased the 400 MHz NMR spectrometer (SN41271) and associated non-cryogenic components. Medicinal chemists in the DPI use the Nuclear Magnetic Resonance (NMR) instruments on a daily basis to collect compound data, as well as conduct more advanced NMR experiments overnight. Constant access to fully functioning NMR instruments is an imperative to maintain productivity in the successful pursuit of the DPI mission. As such, routine maintenance is of highest priority to ensure the NMR instruments operate properly. Furthermore, periodic upgrades and component replacement are required to prolong the instrument lifetime. In the event of a malfunction, this highly sophisticated and expensive instrument, as well as the associated components will require expert service. To maintain these instruments in fully functioning, peak condition, scheduled preventive maintenance and service are required as per the attached STATEMENT OF WORK. (vii)����� The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the anticipated the period of performance to be twelve (12) months for Base Period, with three (3) Option Period of twelve (12) months : Base Period:�������� May 21, 2021 � May 20, 2022 Option Period 1:��� May 21, 2022 � May 20, 2023 Option Period 2:��� May 21, 2023 � May 20, 2024 Option Period 3:��� May 21, 2024 � May 20, 2025 The place of performance shall be 9800 Medical Center Dr, Rockville MD 20850. TERMS AND CONDITIONS, PROVISIONS, AND REPRESENTATIONS (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 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020) FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) FAR 52.212-1, Instructions to Offerors-Commercial Items (Jun 2020) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Feb 2021) FAR 52.222-48, Exemption from Application of the Service Contract Labor Standards to Contract 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). Addendum to this FAR clause applies to this acquisition and is attached. HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015) (ix)������ The Quoters are to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items (Feb 2021), with its quote. (x)������� The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2018) applies to this acquisition. Addendum to this FAR clause applies to this acquisition and is attached. FAR 52.212-4 Addendum � Supplier License Agreements, attached. FAR 52.212-4(g), Invoice, is supplemented by: NIH Invoice and Payment Instructions (Feb 2021) (xi)������ The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2021) applies to this acquisition and is attached in full text. (xii) ���� The following contract requirements or terms and conditions are applicable to this acquisition: ����������� 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 the current period of performance; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 15 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 4 years. (End of clause) (xii)����� The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. EVALUATION (xiii)���� The Government plans to award a fixed-price purchase order resulting from this solicitation. The resulting award will be made to Agilent Technologies Inc., provided it is technically acceptable and at a fair and reasonable price. If multiple quotations are received, the Government may perform a comparative evaluation of responses in accordance with FAR 13.106-2(b) to select the contractor that is best suited and provides the best value, considering the evaluation factors in this solicitation. The evaluation shall compare: Technical capability of the item offered to meet the Government requirement in accordance with the salient characteristics specified in the Statement of Work, Price, and Past Performance as defined under FAR 13.106-2(b)(3). An award will be made to the vendor whose quotation is most advantageous to the Government. The government reserves the right to select a response that provides benefit to the government that exceeds the minimum; the government is not required to select a response that exceeds the minimum; responses may exceed the requirements; each response must meet the solicitation requirement statement at a minimum; and the government is not requesting or accepting alternate proposal(s). SUBMISSION INSTRUCTIONS (xiv)���� This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. Responses to this solicitation must include sufficient information to establish the interested parties� bona-fide capabilities of providing the product or service. The price quote shall include: 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. 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. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. 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 responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. All questions must be received by 11:00 a.m., Eastern Time, on May 7, 2021 and reference Solicitation Number 75N95021Q00080. Questions may be submitted by email to Renato Gomes, Contract Specialist, renato.gomes@nih.gov. All responses must be received by 11:00 a.m., Eastern Time, on May 18, 2021, and reference Solicitation Number 75N95021Q00080. Responses must be submitted by email to Renato Gomes, Contract Specialist, renato.gomes@nih.gov, tel. (301) 451-2596. (xv)����� The name and telephone number of the individual to contact for information regarding the solicitation: Renato Gomes Contract Specialist Phone: (301) 451-2596 Email: renato.gomes@nih.gov ATTACHMENTS (xvi)���� Attachments: Statement of Work (SOW) FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020) FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation (Oct 2020) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Feb 2021) FAR 52.212-4, Addendum � Supplier License Agreements FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items (Jan 2021) NIH Invoice and Payment Provisions (Feb 2021)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a09a9af85ada4ba1ad9908487d60936d/view)
 
Place of Performance
Address: Rockville, MD 20850, USA
Zip Code: 20850
Country: USA
 
Record
SN05997814-F 20210513/210511230054 (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.