SOLICITATION NOTICE
J -- Maintenance/service contract for Cytek Aurora 5
- Notice Date
- 8/18/2023 2:24:50 PM
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIAID BETHESDA MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- RFQ-NIAID-23-2178916
- Response Due
- 8/25/2023 1:00:00 PM
- Archive Date
- 09/09/2023
- 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-23-2178916 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) 2023-04 dated 6/02/2023.� The North American Industry Classification System (NAICS) code for this procurement is 811210 �Electronic and Precision Equipment Repair and Maintenance. The requirement is being competed full and open, without a small business set-aside. The National Institute of Allergy and Infectious Diseases (NIAID) has a requirement for the following services: One (1) year service for a Cytek Aurora 5 Laser with loader - UV/V/B/YG/R , SN: U0537/CD141 The contract must include: � Factory training Field Service Engineers to provide on-site service at facility � 2 preventive maintenance inspections per year � all non-consumable parts, travel, and labor for repair visits � 24-hour (maximum) response time for technical support � 48-hour (maximum) response time for non-functional instruments, with escalation to the top of the priority field service job queue � on-site and remote assistance, including assistance with panel design, data analysis, assay optimization and troubleshooting, and general scientific consultation (�TAS assistance�), by a dedicated regional Technical Applications Specialist (TAS) � unlimited telephone technical support � Vendors must certify all service personnel who will work on this equipment � Original Equipment Manufacturer (OEM) specification parts and services Quote Instructions: Quote must include response to all minimum service requirements, and all instructions for the quote, for the offer to be accepted as responsive. Billing must be quarterly or monthly in arrears.� All recertification fees must be stated on quote if needed. Delivery Date or Period of Performance: Period of performance is 09/04/2023 � 9/3/2024 Place of Performance or Delivery Location: Bethesda, Maryland 20892 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 technical capability to meet the requirements and price. The following FAR provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items FAR 52.212-3 Offerors Representations and Certifications - Commercial Items FAR 52.204-7 System for Award Management (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. FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements � Representation FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.204�26 Covered Telecommunications Equipment or Services-Representation The following FAR contract clauses apply to this acquisition: FAR 52-212-4 Contract Terms and Conditions Commercial Items FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors FAR 52.204-13 System for Award Management Maintenance FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations 52.252-2 -- Clauses Incorporated by Reference. 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 08/25/2023 @ 4:00 PM EST Offers may be emailed to Lu Chang at � by 4:00 pm eastern standard time August 25, 2023.� Offers shall include RFQ number in the subject line (RFQ-NIAID-23-2178916).� 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/e0f35e4daffe43ac8690dc574f81ba46/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN06796867-F 20230820/230818230053 (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 |