Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 08, 2023 SAM #7985
SOLICITATION NOTICE

J -- ANNUAL RENEWAL SERVICE AGREEMENT FOR TWO MICROBETA LUMIJET INSTRUMENTS

Notice Date
10/6/2023 3:16:15 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-23-2192641
 
Response Due
10/16/2023 1:00:00 PM
 
Archive Date
10/31/2023
 
Point of Contact
DIANA ROHLMAN, Phone: 4063639366, Jesse Weidow
 
E-Mail Address
diana.rohlman@nih.gov, jesse.weidow@nih.com
(diana.rohlman@nih.gov, jesse.weidow@nih.com)
 
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-23-2192641 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) FAC 2023-05 September 22, 2023 The North American Industry Classification System (NAICS) code for this procurement is 811210 Electronic and Precision Equipment Repair and Maintenance with a size standard of $34,000,000.00 The requirement is being competed with a brand name restriction, and without a total small business set-aside. The National Institute of Allergy and Infectious Diseases (NIAID) has a requirement for the following Brand Name Services equal to that of a direct contract as the manufacturer: PerkinElmer/Revvity� Line 1: POP 1/15/24 to 01/14/25 �GOLD SERVICE PLAN - 1 PM for Microbeta2 Lumijet w/6 Detectors, Model MICROBETA224600060, Serial SGMB30140101� Gold Service Plan with 1 PM for Microbeta2 Lumijet with 6 Detectors. Minimum requirements:� � Response time Onsite in 3 business days - Same on-site response time must be equal to that of a direct contract. � Emergency break down visits unlimited. � Repair service parts are included � OEM only � Travel to location is included � 1 Preventive Maintenance visit � Technical and remote support during regular hours � Operational Qualifications services discount 10% � Hardware and Software upgrades discount, 15% installation services � 15% Discount on training Line 2: BRONZE SERVICE PLAN - MICROBETA224600060 LUMIJET W/12 DETECTORS Serial number SGMB23170382 POP 05/11/24 - 01/14/2025 NO PM short POP to allow for both units to be on same POP for 2025 Minimum Requirements: � Response time Onsite in 3-5 business days - Same on-site response time must be equal to that of a direct contract. � Emergency break down visits unlimited. � Repair service parts are included � OEM only � Travel to location is included � Technical and remote support during regular hours- that equal to a direct contract � Hardware and Software upgrades discount, 10% installation services � 10% Discount on training Place of Performance: NIH, Vaccine Research Center, 40 Convent Drive, Bethesda, MD 20814 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. �The award will be based on the following: 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 (MAR 2023) 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 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) FAR 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 (JUNE 2023) *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 (DEC 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, 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 Monday, October 16, 2023 @ 4:00 PM EST Offers may be e-mailed to Diana Rohlman (E-Mail/ diana.rohlman@nih.gov). Offers shall include RFQ number in the subject line (RFQ-NIAID-23-2192641). 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 Diana Rohlman at diana.rohlman@nih.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4a3f8ebf81d64650ab145eada25010de/view)
 
Place of Performance
Address: Bethesda, MD 20814, USA
Zip Code: 20814
Country: USA
 
Record
SN06855118-F 20231008/231006230047 (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.