Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 01, 2022 SAM #7427
SOLICITATION NOTICE

J -- One-year Pacific Biosciences Sequel II Comprehensive Service Contract with Insight

Notice Date
3/30/2022 1:17:29 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-2111399
 
Response Due
4/6/2022 10:00:00 AM
 
Archive Date
04/07/2022
 
Point of Contact
Jesse Weidow
 
E-Mail Address
jesse.weidow@nih.com
(jesse.weidow@nih.com)
 
Description
Combined Synopsis/Solicitation Solicitation # RFQ-NIAID-2111399 Posted Date: 03/30/2022 Response Date: 04/06/2022 Set Aside: No NAICS Code: 811219 Classification Code: J066 Contracting Office Address: Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 903 S 4th Street, Hamilton, MT 59840 Description: One-year Pacific Biosciences Sequel II Comprehensive Service Contract with Insight 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-2111399 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)2022-04 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. Place of Performance: NIH/NIAID, 40 Convent Drive, Bldg. 40, Bethesda MD, 20892 United States. FOB: Destination. The following equipment is used in a BSL1 laboratory and has not been exposed to radioactive material. The National Institute of Allergy and Infectious Diseases (NIAID) has a requirement for an annual Maintenance agreement on the following Pacific Biosciences Sequel II instrument listed below: 1 year Service Contract for the following instrument and equipment: Period of Performance: 04/10/2022 � 04/09/2023 PACBIO SEQUEL INSTRUMENT - Cat# 101-711-200 Sequel II Comprehensive with Insight�Serial# SERIAL NUMBER SQ64129 Minimum Requirements: Full coverage for OEM replacement parts, labor, and travel.� One (1) Preventive Maintenance Inspections to be performed during a twelve-month period including two (1) PM kits Unlimited Remote Technical Support during business hours 120-hour response time for onsite applications support (troubleshooting and repairs) 120-hour response time for all emergency repairs and all on site visits Instrument control software (controls the instrument for sequencing runs) and hardware proprietary updates (can occur during scheduled preventative maintenance visits, unless critical for operation of instrument) software and firmware updates upon request, and in conjunction with a scheduled Preventive Maintenance or Corrective Maintenance visit, including software revisions. Unlimited service visits during normal business days & hours, excluding Federal holidays On-site service available during business hours between 5:00 a.m. and 5:00 p.m. Local Time, Monday through Friday. Weekends and holidays excluded. Unlimited telephone support for instruments and applications Technical Support Center is available for phone and email support between 7:00 a.m. and 5:00 p.m. Pacific Time, Monday through Friday. Weekends and US holidays excluded. Required reagents for use in the preventative maintenance and emergency repairs Reagents for troubleshooting & Replacement reagents for instrument failure Sequel Insight that includes Real-Time Performance Management, Remote Diagnostics, and Remote Software Updates Priority onsite scheduling equal to a manufacturers direct contract, to ensure minimal down time of instrumentation. Quote Instructions Indicate the order of priority in which repairs will be scheduled. (For example, if the vendor serves multiple clients, which clients, if any, take precedence over others. If there is a tier-based system that prioritizes certain clients or certain types of repairs over others, indicate at what tier or priority of service that is being quoted.) 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) Provide End User License Agreement (EULA) if applicable Vendor is invited to include past performance references of similar services, including the description of the service, the period of performance, and a client contact name and phone number for that award. Quote must include response to all minimum service requirements, and all instructions for the quote, for the offer to be accepted as responsive. Vendor must include DUNS number 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, offerors are accepting all the Governments terms and conditions listed in this RFQ.� The�purchase order award will be based on the lowest price technically acceptable. The following FAR provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items (NOV 2021) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (NOV 2021) 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. (Nov 2015) 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�26 Covered Telecommunications Equipment or Services-Representation (OCT 2020) *** Must complete representation if attached to this solicitation- see attachment 52.204-26 The following FAR contract clauses apply to this acquisition: FAR 52-212-4 Contract Terms and Conditions Commercial Items (NOV 2021) FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (JAN 2022) *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 (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) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 2015) 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 at the time of quote�submission, 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�ttp://www.acquisition.gov/far/loadmainre.html & http: //www.hhs.gov/regulation/index.html or,�upon request, by email. Submission shall be received not later than Wednesday, April 6th, 2022 @ 11:00 AM MST - 1:00 PM EST Offers may be e-mailed to Jesse Weidow (E-Mail/ jesse.weidow@nih.gov). Offers shall include RFQ�number in the subject line (RFQ-NIAID-2111399). Late submissions shall be treated in accordance�with the solicitation provision at FAR 52.212-1(f) 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�Jesse Weidow @ jesse.weidow@nih.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/21ccd92864a847cd963abcbf0090b3bc/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN06283830-F 20220401/220330230100 (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.