SOLICITATION NOTICE
J -- Annual Maintenance and Service Agreement for 27 Incubators and Centrifuges located in the Vaccine Research Center
- Notice Date
- 4/9/2024 2:19:15 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-24-2218688
- Response Due
- 4/15/2024 2:00:00 PM
- Archive Date
- 04/30/2024
- Point of Contact
- Dana Monroe, Phone: 4063759814
- E-Mail Address
-
dana.monroe@nih.gov
(dana.monroe@nih.gov)
- Description
- SAM.gov Synopsis Document Type:� Combined Synopsis/Solicitation Solicitation Number: RFQ-NIAID-24-2218688 Posted Date: 04/09/2024 Response Date: 04/15/2024 Set Aside: None NAICS Code:� 811210 Classification Code: J066 Contracting Office Address: Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 903 S 4th Street, Hamilton, MT 59840 Title: Annual Maintenance Agreement for 27 incubators and centrifuges in Bldg 40, Vaccine Research Center Primary Point of Contact:� Dana Monroe; dana.monroe@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-24-2218688 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) 2024-03 February 23, 2024. The North American Industry Classification System (NAICS) code for this procurement is 811210, Other Electronic and Precision Equipment Repair and Maintenance, with a small business size standard of $34,000,000.00. The requirement is being competed full and open competition, un-restricted and without a small business set-aside. National Institute of Allergy and Infectious Disease (NIAID), National Institutes of Health (NIH) has a requirement for a (1) one year service agreement on (27) HERA and SORVALL incubators and centrifuges.� The purpose of this acquisition is to procure a 2-day priority maintenance and service agreement for 27 incubators and centrifuges in the Vaccine Research Center, Bldg 40, to maintain optimal operating condition. See List of Equipment spreadsheet attached for complete list of model and serial numbers.� See Service Requirements document attached for complete list of requirement specifications. *This is essential equipment and requires 2-day priority response for OEM technicians. *Note: This is mission essential equipment, and a 2-day priority status is required for this service agreement and as priority status is only available with a contract with Thermo Fisher Scientific, quotes submitted by third-party vendors must also include a contract with Thermo Fisher Scientific to be considered. Period of Performance: 05/02/2024-05/01/2025 * By submitting a quotation, you are accepting that all government terms and conditions set forth herein shall prevail over the award. Quote must include vendor UEI # from active SAM.gov registration. Place of Performance: NIH, 9000 Rockville Pike, BLDG 40, Vaccine Research Center, Bethesda, MD 20852, United States.� FOB: Destination 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 (FEB 2024) 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 in active SAM.gov registration Per FAR 52.204-26 The following FAR contract clauses apply to this acquisition: FAR 52-212-4 Contract Terms and Conditions Commercial Items (NOV 2022) FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (FEB 2024) *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 (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 April 15, 2024 at 5:00pm Eastern Time Offers may be e-mailed to Dana Monroe at dana.monroe@nih.gov. Offers shall include RFQ number in the subject line (RFQ-NIAID-24-2218688). 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 Dana Monroe at dana.monroe@nih.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d8bc293fc8224f5386be9cb380c0bb20/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN07024171-F 20240411/240409230048 (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 |