Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 14, 2023 SAM #7718
SOLICITATION NOTICE

J -- Maintenance Service for Orbitrap Fusion Mass Spectrometer with ETD

Notice Date
1/12/2023 12:55:36 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811210 —
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIAID BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
RFQ-NIAID-2152390
 
Response Due
1/22/2023 1:00:00 PM
 
Archive Date
02/06/2023
 
Point of Contact
Lu Chang, Phone: 2406273034
 
E-Mail Address
lu-chang.lu@nih.gov
(lu-chang.lu@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-2152390 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) 2023-01, 12/01/2022.� The North American Industry Classification System (NAICS) code for this procurement is NAICS Code 811210 - Other Electronic and Precision Equipment Repair and Maintenance (as with a size standard of $30,000,000).� This requirement is being competed as full and open competition, and without a Small Business Set-Aside.� � The National Institute of Allergy and Infectious Diseases (NIAID) has a requirement for the following: Preventative Maintenance Service for the Orbitrap Fusion Mass Spectrometer with ETD (SN: FSN10264). OEM Parts, OEM labor and travel for remedial repair. No charge for one planned maintenance visits that will be performed during the plan period Unlimited visits for repair at no cost.� Update installations at the time of scheduled preventive maintenance visits Priority status on engineer visits by OEM certified technician and a target response time of 72 hours after receipt of a service call. Priority telephone and email access to instrument technical support by a OEM certified engineer. Telephone and email access to application technical support. Discount for consumables and accessories, such as tubes, columns, emitters, solvents, etc. Premium subscription to Unity Lab Services Online Knowledge Base The Contractor shall provide all necessary parts and equipment necessary to perform remedial repair and planned maintenance of the above equipment. All work will be completed in accordance with industry standards, and will be inspected and approve by the Program Manager at the Protein Chemistry Section, RTB at the completion of any repairs and at the completion of the annual maintenance. Period of Performance: Base Year: 02/01/2023 - 01/31/2024 Option Period 1: 02/01/2024 � 01/31/2025 Option Period 2:� 02/01/2025 � 01/31/2026 Delivery: Bethesda, MD 20892. The government intends to award a fixed price purchase order to the responsible contractor as a result of this RFQ. NIAID will evaluate quotes to determine the best value to the government.� NIAID will make determination based on technical capability to meet the required specifications, price, and delivery.� NIAID will evaluate price only for those quotes, which are rated as technically acceptable.� In the event quotes are evaluated as technically equal, price will become a major consideration in selecting the successful Offeror. 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 (DEC 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 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 (DEC 2022) FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (DEC 2022) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 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 (Aug 2020) 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 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/far/loadmainre.html & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax. Submission shall be received not later than January 22, 2023 @ 4:00 EST Offers may be emailed to Lu Chang at � by 4:00 pm eastern standard time January 22, 2023.� Offers shall include RFQ number in the subject line (RFQ-NIAID-2152390).� Late submission 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 email to Lu Chang at lu-chang.lu@nih.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d91dcd7a3fd641ed865fa562f545a474/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN06562729-F 20230114/230112230107 (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.