Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 25, 2024 SAM #8185
SOLICITATION NOTICE

J -- Service Contract for Dragonfly and Mosquito Instruments

Notice Date
4/23/2024 11:09:09 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811210 —
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N95024Q00256
 
Response Due
4/30/2024 6:00:00 AM
 
Archive Date
05/15/2024
 
Point of Contact
Kevin Alvarez
 
E-Mail Address
kevin.alvarez@nih.gov
(kevin.alvarez@nih.gov)
 
Description
NON-COMPETITIVE COMBINED SYNOPSIS / SOLICITATION Title: � Service Contract for Dragonfly and Mosquito Instruments �(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 75N95024Q00256 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), NIDA Office of Acquisitions � National Institute on Aging (NIA) Section, on behalf of the NIA intends to negotiate and award a purchase order without providing for full and open competition (Including brand-name) to SPT Labtech Limited, Unit H4 Melbourn Science Park, Cambridge Road, Melbourn, Herts, SG8 6HB, UK, for the purchase of a service contract for one Dragonfly instrument and one Mosquito instrument. The anticipated award date is 5/7/2024. This acquisition is non-competive. SPT Labtech is the sole manufacturer of the Dragonfly and Mosquito instruments that the Lab currently owns and operates. SPT Labtech-trained service engineers are required to service this essential equipment as only they can ensure proper repairs utilizing authorized repair procedures. Due to this, only the manufacturer of this equipment, SPT Labtech Limited, can meet the Government's need for maintenance. (iii)������ The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-03, dated 2/23/2024. (iv)������ The associated NAICS code 811210 and the small business size standard is $34M. This requirement has no set-aside restrictions. (v)������� Project requirements: ����������� The Contractor shall provide NIA with a Reliance Complete service agreement for the following instruments: Mosquito -- Serial # PB5068. Dragonfly -- Serial # DFD228 The service agreement shall include: Telephone and remote access support Application software upgrades (not applicable to XP operating systems) Hardware upgrades associated with software upgrades are not included Remote application support Annual preventative maintenance visit (only applicable to contract terms over 6 months) includes travel, expenses and labour includes replacement parts On-site repair and refurbishment includes travel, expenses and labour includes replacement parts Period of Performance: Base Year: May 24, 2024 � May 23, 2025 Option Year 1: May 24, 2025 � May 23, 2026 Option Year 2: May 24, 2026 � May 23, 2027 Option Year 3: May 24, 2027 � May 23, 2028 Option Year 4: May 24, 2028 � May 23, 2029 (vi)������ Delivery Location: The National Institute on Aging (NIA) 35 Convent Drive Bethesda, MD 20892 (vii)����� The provision at FAR clause 52.212-1, Instructions to Offerors � Commercial Products and Commercial Services, applies to this acquisition. (viii)���� The provision at FAR clause 52.212-2, Evaluation � Commercial Products and Commercial Services, applies to this acquisition.� The award resulting from this solicitation will be made to the responsible offeror whose proposal is most advantageous to the Government, Technical Capability, Past Peformance and other factors considered. Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price of the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalance. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (ix)������ Offerors are to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications�Commercial Products and Commercial Services, 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. (x)������� The FAR clause at 52.212-4, Contract Terms and Conditions � Commercial Products and Commercial Services, applies to this acquisition.�� The following FAR provisions or clauses are incorporated by reference: 52.204-7, System for Award Management (Oct 2018) 52.204-13, System for Award Management Maintenance (Oct 2018) 52.204-16, Commercial and Entity Code Reporting (Aug 2020) 52.204-18, Commercial and Entity Code Maintenance (Aug 2020) 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services of Equipment (Nov 2021) 52.217-5, Evaluation of Options (July 1990) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015). 52.212-4(g), Invoice, is supplemented by the NIH Invoice and Payment Instructions (3/2023). (xi)������ FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Products and Commercial Services (Dec 2023), applies to this acquisition (xii)����� The offeror must complete and return FAR 52.204-24 and FAR 52.204-26 with its offer. (xiii)���� Responses to this solicitation must include clear and convincing evidence of the offeror�s capability of fulfilling the requirement as it relates to the technical evaluation criteria. The price proposal must include the labor categories, an estimate of the number of hours required for each labor category, fully loaded fixed hourly rate or each labor category, breakdown and rationale for other direct costs or materials, and the total amount. In addition the Unique Entity Identifier (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 responses must be received by April 30, 2024, 9:00 am, Eastern Standard Time and reference number 75N95024Q00256. Responses shall be submitted electronically to Kevin Alvarez, Contracting Officer, kevin.alvarez@nih.gov. Fax responses will not be accepted. (xiv)���� The name of the individual to contact for information regarding the solicitation: Kevin Alvarez, Contracting Officer, kevin.alvarez@nih.gov. Attachments: FAR 52.212-5 Copy of FAR 52.204-24, to be completed and submitted by offeror Copy of FAR 52.204-26, to be completed and submitted by offeror Invoice and payment provisions 52.217-9, Option to Extend the Term of the Contract (Mar 2000)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/877befa5195f4cf0add0d03243452293/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07039492-F 20240425/240423230047 (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.