SOLICITATION NOTICE
J -- Service for Meso Sector S 600 equipment and S 600MM Windows 10 Upgrade
- Notice Date
- 2/26/2024 12:30:24 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-24-2212618
- Response Due
- 3/6/2024 11:00:00 AM
- Archive Date
- 03/21/2024
- Point of Contact
- DIANA ROHLMAN, Phone: 4063639366, Jesse Weidow
- E-Mail Address
-
diana.rohlman@nih.gov, Jesse.Weidow@nih.gov
(diana.rohlman@nih.gov, Jesse.Weidow@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-24-2212618 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 2024-03 February 23, 2024 The North American Industry Classification System (NAICS) code for this procurement is NAICS 811210 � Other Electronic and Precision Equipment Repair (Size Standard $34,000,000). �The requirement is being competed as full an open competition, and is not a �small business set-aside.� �The National Institute of Allergy and Infectious Diseases (NIAID) has a requirement for the following: ��� �Service/maintenance with a Period of Performance 05/06/2024 � 05/05/2025 ��� �1) �For the Meso Sector S 600 equipment, Serial #1201161114531 ��� �2) �S 600MM Windows 10 Upgrade (On Service Plan) SCAAH-1 QTY: 1 The service should be comparable to the existing and previous service, MESO SECTOR S 600 Total Service Package Gold. This includes but is not limited to the following:� ��� �Full repair of the instrument or parts if anything breaks, free of charge to customer ��� �All repairs must be made using OEM parts ��� �All repairs must be made using the manufacturers certified technicians.� ��� �Coverage for instrument installation ��� �Coverage for defects in materials and workmanship ��� �Priority On-site Service equal to a direct contract: Guaranteed on-site rapid response (24-48 hours, depending on the service and location) for service visits ��� �Priority delivery of replacement parts ��� �Preventative maintenance service calls (2 per year) ��� �Assistance with installation qualification for internal validations ��� �All third party service responses must provide guarantee that a billable contract has the same priority response time equal to that response time of a direct contract with the manufacturer, Meso Scale Diagnostics. �� Period of Performance: 05/06/2024 to 05/05/2025 Place of Performance: 9 West Watkins Mill Road Gaithersburg, MD 20878 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 technical capability to meet the requirements and price. �NIAID will evaluate quotes to determine the best value to the government. �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 (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) 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 (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 52.232-40 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 (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 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 March 6, 2024 @ 2:00 pm Eastern Daylight Time (EDT) Offers may be mailed, e-mailed to Diana Rohlman; (E-Mail diana.rohlman@nih.gov). Offers shall include RFQ number in the subject line (RFQ-NIAID-24-2212618). 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; diana.rohlman@nih.gov �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7333b22b14b54c07a46047b5b02e1385/view)
- Place of Performance
- Address: Gaithersburg, MD 20878, USA
- Zip Code: 20878
- Country: USA
- Zip Code: 20878
- Record
- SN06976664-F 20240228/240226230050 (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 |