SOLICITATION NOTICE
J -- 1 YEAR SERVICE CONTRACT FOR CX7PLATFORM
- Notice Date
- 2/3/2022 9:34:29 AM
- 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-RML-C-2112072
- Response Due
- 2/12/2022 5:00:00 AM
- Archive Date
- 02/27/2022
- Point of Contact
- DIANA ROHLMAN, Phone: 4063639366, Laura Grey, Phone: 4063759812
- E-Mail Address
-
diana.rohlman@nih.gov, laura.grey@nih.gov
(diana.rohlman@nih.gov, laura.grey@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-RML-C-2112072 and the solicitation is issued as a Request for Quotes (RFQ). This acquisition will be awarded 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 2022-04 Effective January 30, 2022 The North American Industry Classification System (NAICS) code for this procurement is 811219, Other Electronic and Precession Equipment Repair and Maintenance, with a small business size standard of $22,000,000.00. The requirement is being competed full and open competition, un-restricted and without a small business set-aside. The National Institute of Allergy and Infectious Diseases (NIAID) has a requirement for a 1 Year Maintenance Agreement on our CX7 PLATFORM Serial Number G2318-190B-0014. This is a bio-safety level 2 laboratory location. The equipment needs to be updated periodically and its mechanical parts maintained. �This instrument need frequent recalibration. The laser diodes at the heart of the system have defined lifespans and can fail at any time. This instrument is constantly in use through-out the day and if it were put out of action due to lack of maintenance or mechanical failure the ability of the investigators in the DIR to conduct their research would be severely handicapped. � � �P.O.P. 03/11/2022 � 03/10/2023 Service Requirements: 1 Year Service Agreement on the CX7PLATFORM instrument manufactured by Thermofisher Scientific/Life Technologies � �� � � � �To include: ��� �All Parts, labor and travel for remedial repair must be covered� ��� �Unlimited on-site service visits by guaranteed OEM Technicians, Manufacturer�s certified technicians ��� �Unlimited guaranteed OEM Replacement service parts, components, or modules necessary for repairs, including consumables utilized during a PM ��� �Software upgrades at time of the instruments PM, with priority tech service for all proprietary software upgrades as available. ��� �On-site emergency response time must be guarantee within 48 hours� ��� �One (1) planned maintenance visit. �Will be performed within the contract period to ensure instrument is in optimum running condition. ��� �Telephone and e-mail access to Instrument Technical Support, Monday thru Friday, Excluding Federal Holidays 9:00 am � 5:00 pm� ��� �Phone and e-mail access to Software Application Technical Support (ATS), including basic application and informatics support. Monday thru Friday, Excluding Federal Holidays. 9:00 am � 5:00 pm� ��� �If offeror is a third-party service provider, a letter must be provided from the manufacturer stating they will accept billable services without a direct contract.� ��� �Only OEM parts will be accepted for all repairs and service� Quote Instructions ��� �Indicate the nature of software updates/revisions during the service period. Include when they will be implemented (for example, will revisions/updates be provided and released to NIAID, during PM visits only, upon immediate release, or on another schedule) o�� �Provide End User License Agreement (EULA) if applicable ��� �Quote must include response to all minimum service requirements and instructions for the quote to be accepted responsive. ��� �All third-party service provider�s,(other than the manufacturer), must include a letter certifying that the manufacturer will accept billable services for repairs not covered by a direct contract. � �� Period of Performance: 03/11/2022 � 03/10/2023 Place of Performance: NIH, 4 MEMORIAL DRIVE, BETHESDA, MD 20814� *Include your DUNS number *Include response to FAR 52.204-26 attachment and return with quote. Include 52.204-24 if applicable. Submission shall be received not later than 8:00 a.m. EST February 12, 2022 � 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. �By submitting a quotation, you are accepting that all government terms and conditions set forth herein shall prevail over the award. The award will be based on the lowest price technically acceptable. The technical evaluation will be based on the following: technical capability to meet the service requirements listed above, and then price.� The following FAR provisions apply to this acquisition: The Standard Terms and Conditions of Sale and the Purchase Order are the complete and exclusive statements of this contract. �If there is a conflict between the Terms of the Purchase Order and the Standard Terms and Conditions of Sale, the Purchase Order shall prevail. FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998): This contract incorporates the following provisions and/or 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. The full test of a clause may be accessed electronically as follows: FAR clauses at: http://www.acquisition.gov/far/ & HHSAR clauses at: http://www.hhs.gov/regulations/index.html FAR 52.212-4 Contract Terms and Conditions Commercial Items (NOV 2021)� FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. As prescribed in 32.009-2, the contractor shall insert the following clause: Providing Accelerated Payments to Small Business Subcontractors (NOV 2021) FAR 52.204-13 System for award Management Maintenance (OCT 2018) FAR 52.204-25 - Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (NOV 2021) This purchase order incorporates the following clauses in full text:� FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (JAN 2022)� HHSAR 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations (December 2015) 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 & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax. Offers may be mailed, e-mailed to Diana Rohlman, (E-Mail/ diana.rohlman@nih.gov Solicitation number RFQ-RML-C-2112072 must be referenced in the subject line of the emailed submission. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f) (Jun 2020) All responsible sources may submit an offer that will be considered by this Agency not later than 8:00 a.m. EST February 12, 2022 Any questions or concerns regarding this solicitation should be forwarded in writing via e- mail to Diana Rohlman at diana.rohlman@nih.gov �� �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5719e60f7d024163a7dfa3311b8c2849/view)
- Place of Performance
- Address: Bethesda, MD 20814, USA
- Zip Code: 20814
- Country: USA
- Zip Code: 20814
- Record
- SN06232283-F 20220205/220203230058 (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 |