Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 22, 2022 SAM #7631
SOLICITATION NOTICE

J -- 1 year Service Contract for Two Illumina Brand Sequencing Systems

Notice Date
10/20/2022 3:05:54 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-2146316
 
Response Due
10/30/2022 1:00:00 PM
 
Archive Date
11/14/2022
 
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-NIAID-2146316 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 2022-08 Effective September 23, 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 an annual Maintenance agreement on two Illumina instruments � 1 year Service Contract for the following: � � NextSeq Illumina Sequencing system - Asset NB501780 � � MiSeq Illumina Sequencing system - Asset M04974 � P.O.P. 12/27/2022 � 12/26/2023 The minimum service requirements include: ��� �Must provide the exact service as the manufacturers MiSeq Silver Support Plan: ��� �Must include: �Full coverage for parts, labor, and travel. Only OEM parts will be accepted for all repairs and services. ��� �Must include reagent replacement upon HW failures; Reagent replacement upon hardware failures (Illumina MiSeq Mid-Output and High-Output sequencing kits) Consumables and/or reagents that are required at the time of hardware failures will be replaced at no cost to the government. The consumables or reagents will not be covered outside of the service requirements to ensure that the equipment is in operation. Therefore, at any service event for a repair, any consumables and/or reagents lost/damaged will be replaced at the contractor�s expense. ��� �Must include: 1 Preventative Maintenance shall be performed in accordance with OEM guidelines (must include OEM PM kits) ��� �Must provide Remote Technical Support� ��� �Must provide 2 business day on-site response as received in accordance with the manufacturers direct service contract. � ��� �Must provide control Software and Hardware updates. Software updates/revisions; (controls the instrument for sequencing runs) and hardware proprietary updates (can occur during scheduled preventative maintenance visits, unless critical for operation of instrument)� ��� �Must provide on-site applications support� ��� �Must include discounts on advanced training ��� �Must provide remote monitoring if needed. ��� �Must guarantee manufacturer trained technicians to replace and repair manufacturer-approved OEM parts and software ��� �Billing must be invoiced quarterly and in arrears Quote Instructions� ��� �If quoting as third party provider, 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.) If quoting as a third party provider, provide a guarantee in writing that a billable service repair or on-site call will have the same response time guarantee as a direct contract from the manufacturer. � ��� �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. ��� �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. Place of Performance: NIH, 50 South Drive Bethesda, MD 20814 United States.� **Include response to FAR 52.204-26 attachment and return with quote. Include 52.204-24 if applicable. The government intends to award a firm fixed price purchase order to the responsible contractor as a result of this RFQ the award will include the terms and conditions set forth in this RFQ. The purchase order award evaluation will be based on onsite response times provided, and price. By providing an offer to this RFQ, confirms your facilities acceptance, that the Government Terms and conditions shall prevail over this award 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 (MAY 2022) 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 FAR 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 (MAY 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) FAR 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 & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax. Submission shall be received not later than October 30th, 2022 @ 4:00 pm EST Offers may be mailed, e-mailed to Diana Rohlman, (E-Mail/ diana.rohlman@nih.gov Solicitation number RFQ-NIAID-2146316 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. 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/579fcb095bb74d25871878b396c602be/view)
 
Place of Performance
Address: Bethesda, MD 20814, USA
Zip Code: 20814
Country: USA
 
Record
SN06498930-F 20221022/221020230053 (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.