Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 21, 2024 SAM #8090
SOLICITATION NOTICE

J -- Service Agreement for four (4) confocal imaging systems

Notice Date
1/19/2024 9:08:18 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811210 —
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NINDS ROCKVILLE MD 20852 USA
 
ZIP Code
20852
 
Solicitation Number
75N95024Q00111
 
Response Due
1/26/2024 11:00:00 AM
 
Archive Date
02/10/2024
 
Point of Contact
Morgen Slager
 
E-Mail Address
morgen.slager@nih.gov
(morgen.slager@nih.gov)
 
Description
(i)� �This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii)� The solicitation number is 75N95024Q00111 and the solicitation is issued as a request for quotation (RFQ). This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13�Simplified Acquisition Procedures; �and FAR Part 12�Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME).� The National Institute on Drug Abuse (NIDA), Office of Acquisition (OA), on behalf of National Institute of Neurological Disorders and Stroke (NINDS), intends to negotiate and award a Firm Fixed Priced contract without providing for full and open competition (including brand-name) to Carl Zeiss Microscopy, LLC, 1 Zeiss Dr, Thornwood NY 10594-1939 for a service agreement for four (4) confocal imaging systems. This acquisition is conducted as non-competitive for a commercial item or service and is conducted pursuant to FAR 13.106-1(b)(1). The essential characteristics of the preventative maintenance and repair services that limit the availability to a sole source are that only the manufacturer has manufacturer-trained and certified technicians to maintain and upgrade their patented and proprietary software and hardware. It is the only firm that can provide updates to the scientific equipment and software. It is the only firm that manufactures and certifies replacement parts for this equipment. All required parts and supplies for this equipment must be purchased from Carl Zeiss Microscopy, LLC. Replacement parts or accessories must be compatible with the existing system. All manufacturer training is provided for Carl Zeiss engineers only and they do not allow third-party vendors to provide preventive maintenance nor emergency repair services on their equipment. For these reasons, onlythis suggested source can furnish the requirements, to the exclusion of other sources. (iii)� �The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2023-06 dated December 04, 2023. (iv)� �The associated NAICS code 811210 � Electronic and Precision Equipment Repair and Maintenance and the size standard in millions of dollars is $34. (v)� � This requirement is for a Service Agreement for four (4) confocal imaging systems. (vi)� �The agreement will include depot hardware and software maintenance/support. Background: The National Institutes of Health (NIH) is the nation�s leading medical research agency and the primary Federal agency conducting and supporting medical discoveries that improve people�s health and save lives.� The National Institute of Neurological Disorders and Stroke (NINDS) mission is to seek fundamental knowledge about the brain and nervous system and to use that knowledge to reduce the burden of neurological disease. Specifically, interests cover a broad range of neuroscience research including molecular biophysics, synapses and circuits, neuronal development, integrative neuroscience, brain imaging, neurological disorders and stroke.� As such state of the art imaging systems are used to accommodate this mission.� It is critical that these instruments; which are utilized by multiple laboratories and clinical programs across the NINDS, stay at peak performance. Purpose: The purpose of this requirement is to procure a service agreement for four (4) confocal imaging systems. Project Requirements: Independently and not as an agent of the Government, the Contractor shall furnish all the necessary services,qualified personnel, material, equipment, and facilities, not otherwise provided by the Government as needed to perform the Statement of Work. One (1) preventative maintenance inspection per agreement year.� This includes all labor and travel associated with conducting this PM inspection visit. Full system coverage shall include LSM system and all components, repairs, software upgrades and emergency support. Specific Requirements: Model LSM880 -� S/N 2850000224�������� Consisting of: ���������� 1 each Potect Premium Research Microscope mot ���������� 1 each Protect premium LSM 880 (34 Ch.) ���������� 1 each Protect premium 405/440nm CW laser ���������� � Model LSM880/Axio Observer Z1� - S/N 2811000218 Consisting of: ���������� 1 each Protect Premium LSM 880 (3 ch.) ���������� 1 each Protect premium Research Microscope mot ���������� 1 each Protect Premium Airyscan ���������� 1 each Protect premium 405/440nm CW Laser ���������������������� Model LSM880 -� S/N 2802000350 Consisting of: ���������� 1 each Protect premium LSM 880 (34 ch.) ���������� 1 each Protect premium Research Micrsoscope mot ���������� 1 each Protect Premium Airyscan ���������� 1 each Protect premium 405/440nm CW Laser�������������������� ���������� Model LSM800� -� S/N 2633000293 Consisting of: ����������� 1 each Protect premium LSM800 (GaSP) ���������� 1 each Protect premium Research Microscope Mot������������� Contract shall include One (1) preventative maintenance inspection per agreement year. This includes all labor and travel associated with conducting this PM inspection visit. The contractor shall perform one (1) Preventive Maintenance Inspection during the twelve month period. Preventive Maintenance will be performed by a Zeiss certified service technician. Service will include installation of hardware upgrades, calibration of the equipment, optimization of alignment for critical components, replacement of wear items, and overall inspection of the instrument to confirm that it is operating at peak efficiency and reliability. The contractor shall provide phone support from a certified technician within 1 business day and on-site service within 3 business days after it is determined that the problem cannot be resolved through phone support. Emergency Service: Scheduled and emeregency services shall be performed Monday through Friday between the hours of 8:00 a.m. and 5:00 p.m. excluding Federal Holidays: New Year�s Day, Martin Luther King, Jr. Day, Memorial Day, July 4th Holiday, Labor Day, Thanksgiving Holiday, Christmas Eve and Christmas Day������������� Contractor shall cover all travel and associate expenses to perform emergency repairs on site. Replacement parts: Contractor shall furnish all required Zeiss certified replacement parts at no additional cost to the Government. Software Updates/Service: Contractor will provide free of charge any revisions to Zeiss software during the Agreement term. Service Exclusions: Contractor will not be responsible for repairs necessitated by user misuse or error, repairs required due to operator negligence, replacement of accessories and consumables, or problems associated with environmental conditions. Personnel Qualifications: The contractor will be responsible for ensuring that the personnel assigned for service have the technical competence required to complete the service within a reasonable time and retain the highest professional expertise through on-going Zeiss refresh trainings and Zeiss manufacturer technical courses. All Field Service Engineers shall have completed the required training and be certified by the manufacturer.� Contractor shall produce copies of these certificates for the field personnel that service the National Institutes of Health for verification of eligibility to perform this service LEVEL OF EFFORT: All Field Service Engineers shall have completed the required training and be certified by the manufacturer.� Contractor shall produce copies of these certificates for the field personnel that service the National Institutes of Health for verification of eligibility to perform this service. (vii)���The Government anticipates award of a firm fixed-price contract for this acquisition, and the anticipated period of performance is: Base Period (Year 1): January 29, 2024 � January 28, 2025 (12-months) The contractor shall perform one (1) Preventive Maintenance Inspections during the twelve month period. Preventive Maintenance will be performed by a Zeiss certified service technician. Service will include installation of hardware upgrades, calibration of the equipment, optimization of alignment for critical components, replacement of wear items, and overall inspection of the instrument to confirm that it is operating at peak efficiency and reliability.� In addition, the contractor shall provide phone and e-mail support from a certified technician within 1 business day and on-site service within 3 business days after it is determined that the problem cannot be resolved through phone support. (viii)� The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at these addresses:� https://www.acquisition.gov/browse/index/far �� https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html �� (End of provision) The following provisions apply to this acquisition and are incorporated by reference: FAR 52.204-7, System for Award Management (Oct 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020) FAR 52.212-1, Instructions to Offerors-Commercial Items (Nov 2021) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2021) FAR 52.222-48, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Certification (May 2014) HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015) The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. 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 these addresses: https://www.acquisition.gov/browse/index/far ���� https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html � (End of clause) The following clauses apply to this acquisition and are incorporated by reference: FAR 52.204-13, System for Award Management Maintenance (Oct 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020) FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Nov 2021). Addendum to this FAR clause applies to this acquisition and is attached. HHSAR 352.239-74, Electronic and Information Technology Accessibility (December 18, 2015) The following provisions and clauses apply to this acquisition and are attached in full text. Offerors MUST complete the provisions at 52.204-24 and 52.204-26 and submit completed copies as separate documents with their proposal. FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Dec 2023) NIH Invoice and Payment Provisions (ix)� The Government will evaluate quotations or offers in accordance with FAR 13.106-2 and award a purchase order from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: a. Technical capability of the item offered to meet the Government requirement; b. Price; and c. Past performance [see FAR 13.106-2(b)(3)]. (x)� �The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2021), with its offer. If the offeror has completed FAR clause 52.212-3 at www.sam.gov, then the offeror does not need to provide a completed copy with its offer. (xi)� �The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Nov 2021), applies to this acquisition. Addendum to this FAR clause applies to this acquisition and is attached. (xii)��There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xiii)� The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xiv)� Responses to this solicitation must include sufficient information to establish the interested parties� bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s), product description, and any other information or factors that may be considered in the award decision. Such factors may include: past performance, special features required for effective program performance, trade-in considerations, probable life of the item selected as compared with that of a comparable item, warranty considerations, maintenance availability, and environmental and energy efficiency considerations. The Unique Entity ID (UEI), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. All offers must be received by 2:00p.m., Eastern Daylight/Standard Time, on January 26,2024, and reference solicitation number 75N95024Q00111. Responses must be submitted electronically to Morgen Slager, Contract Specialist at morgen.slager@nih.gov. Fax responses will not be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9781617181044936b57398cfedc736dc/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN06939986-F 20240121/240119230045 (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.