SOLICITATION NOTICE
J -- Service Plan for Illumina Equipment (NEXTSEQ & MISEQ) (AMBIS 2204879)
- Notice Date
- 1/16/2024 11:30:55 AM
- 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-24-2204879
- Response Due
- 1/26/2024 8:00:00 AM
- Archive Date
- 02/10/2024
- Point of Contact
- RITA DAVIS, Phone: 3017617461, Tonia Alexander, Phone: 2406695124
- E-Mail Address
-
rita.davis@nih.gov, talexander@niaid.nih.gov
(rita.davis@nih.gov, talexander@niaid.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-24-2204879 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) 2023-06, 12/04/2023. The North American Industry Classification System (NAICS) code for this procurement is 811210, Electronic and Precision Equipment Repair and Maintenance, with a small business size standard of $34 million. The requirement is being competed full and open competition, un-restricted and without a small business set-aside. Period of Performance: 05/25/2024 � 05/24/2025 Place of Performance: NIH, NIAID, Rocky Mountain Laboratories (RML), 903 South 4th Street, Hamilton, MT 59840, United States.� FOB: Destination NIH, NIAID, RTB, GRS, 900 Rockville Pike, Building 50, Bethesda, MD 20892, United States.� FOB: Destination The Genomics Research Section (GRS) enables intramural NIAID investigators to use state-of-the-art applications in mass spectrometry, bioinformatics, peptide synthesis and analysis, and protein sequencing in their research programs. Mass spectrometry provides extensive support in separation, analysis, and characterization and quantitation of peptides and proteins. GRS�s primary work involves bottom-up proteomics using a state-of-the-art high mass accuracy instrument. To this end, services to maintain the various instrumentation and software is necessary. The Illumina NextSeq and MiSeq systems are in use daily. If they were put out of action due to lack of maintenance or mechanical failure, the ability of the investigators in the DIR to conduct their research would be severely handicapped. To this end, the GRS instruments require a service agreement in place in the event an instrument should fail. The National Institute of Allergy and Infectious Diseases (NIAID) has a requirement for: # Description Qty 1 MiSeq Silver Support Plan, S/N M03264, location Hamilton, Montana 1 each 2 MiSeq Silver Support Plan, S/N M03210, location Hamilton, Montana 1 each 3 NextSeq 550 Silver Support Plan, S/N NB551574, location Hamilton, Montana 1 each 4 NextSeq 500 Silver Support Plan, S/N NS500353, location Bethesda, MD 1 each Requirements: One (1) preventative maintenance inspection per agreement year.� Includes full coverage for parts, labor, and travel; Reagent replacement upon HW failures; 1 PM Unlimited Remote Technical Support 2 business day on-site response target Software (SW) and Hardware (HW) updates; on- site applications support; with option for remote monitoring. 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). Must provide End User License Agreement (EULA) if applicable. OEM parts and service required. Documentation of OEM trained technicians required. Priority scheduling and onsite response for all repairs during the period of performance. Priority is defined as giving priority scheduling equal to a direct contract and guaranteeing the equivalent manufacturer�s priority onsite response. If you are a third-party service provider, the priority scheduling and/or response time, must be listed on your quote. 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 Unique Entity ID number from sam.gov registration Security note: Technicians are required to go through a security screening when accessing the building. Information regarding security at the NIH can be found in the link below. https://www.nih.gov/about-nih/visitor-information/campus-access-security Inspection Note: FAR Part 52.212-4(a) All work will be inspected and approved by an authorized laboratory official at the completion of the job. All work will be completed in accordance with the manufacturers service standards. * By submitting a quotation, you are accepting that all government terms and conditions set forth herein shall prevail over the award. 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 the lowest price technically acceptable. By submitting a quotation, you are accepting that all government terms and conditions set forth herein shall prevail over the award. The technical evaluation will be based on the following: technical capability to meet the requirements listed on the attachment, and then price. The following FAR provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items (SEP 2023) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (NOV 2023) 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 2023) FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (DEC 2023) *The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. FAR 52.217-8 Option to Extend Services (NOV 1999) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) 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/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 26, 2024 @ 11:00 AM EST Offers may be e-mailed to Rita Davis (E-Mail/ rita.davis@nih.gov). Offers shall include RFQ number in the subject line (RFQ-NIAID-24-2204879). 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 Rita Davis @ rita.davis@nih.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f7b0ab5c2d974e438cb5227146db56bb/view)
- Place of Performance
- Address: Hamilton, MT 59840, USA
- Zip Code: 59840
- Country: USA
- Zip Code: 59840
- Record
- SN06935832-F 20240118/240116230042 (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 |