Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 26, 2024 SAM #8216
SOLICITATION NOTICE

J -- MAINTENANCE/SERVICE CONTRACT FOR CYTEK AURORA FLOW CYTOMETER (AMBIS 2222091)

Notice Date
5/24/2024 2:28:08 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-24-2222091
 
Response Due
6/4/2024 1:00:00 PM
 
Archive Date
06/19/2024
 
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-24-2222091 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) 2024-05 May 22, 2024. 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 $34.0 million. The requirement is being competed full and open competition, and without a small business set-aside. The National Institute of Allergy and Infectious Diseases (NIAID), Laboratory of Immune System Biology (LISB), (collectively �Program�), investigates basic aspects of innate and adaptive immune function, and how different cell types within the body discriminate between self and non-self. This discrimination is the crucial mechanism by which the body patrols itself and is able to respond appropriately following exposure to microorganisms or vaccines. Using computational biological approaches coupled with more traditional biological experimentation, Program intends to build models of how the mammalian immune system responds to pathogens and vaccines. These models allow us to make informed predictions as to how the body will respond when challenged with various microbes and vaccine formulations. In order to address these questions, the Program needs to know which cell types are present in a given experimental sample.� The Cytek Aurora flow cytometer is the current state-of-the-art instrument which allows Program to discriminate between these cell types by analyzing markers on the cell surfaces which are indicative-of-and-unique-to specific cell types, while simultaneously freeing up other instrumentation in the lab which performs a partially similar function. This acquisition is to continue the maintenance agreement already and to keep the equipment functioning properly.� Replacement parts must be compatible with existing equipment, in order to comply with the maintenance contract or warranty. This service is to provide uninterrupted service for the various instruments, and to permit the continued research mission of the Program. The maintenance agreement must include the following on-site requirements: SVC Cytek Aurora 5 Laser with loader - UV/V/B/YG/R - Premium, SN: U0537/CD141, Product #N9-90136, Qty 1 Quarterly Surcharge, Product #N9-90103, Qty 1 factory trained field service engineers to provide on-site service at facility] 2 preventive maintenance inspections per year all non-consumable parts, travel, and labor for repair visits 24-hour (maximum) response time for technical support 48-hour (maximum) response time for non-functional instruments, with escalation to the top of our priority field service job queue on-site and remote assistance, including assistance with panel design, data analysis, assay optimization and troubleshooting, and general scientific consultation (�TAS assistance�), by a dedicated regional Technical Applications Specialist (TAS) unlimited telephone technical support vendors must certify all service personnel who will work on the equipment original equipment manufacturer (OEM) specification parts and services Quoting Instructions:� �DUE TO THE SENSITIVE NATURE OF THE PROJECTS, SERVICES PROVIDED MUST BE OF EQUAL SERVICE PROVIDED UNDER A DIRECT CONTRACT FROM THE MANUFACTURER, CYTEK BIOSCIENCES. �ALL 3RD PARTY OFFERORS MUST INCLUDE CYTEK BIOSCIENCES AS A DEALER /SERVICE PROVIDER FOR CYTEK BIOSCIENCES FOR QUOTES TO BE CONSIDERED. �ALL 3RD PARTY OFFERORS, IF PROVIDING A QUOTE FOR SERVICES PROVIDED UNDER A BILLABLE CONTRACT, MUST INCLUDE CYTEK BIOSCIENCES CONFIRMING A BILLABLE CONTRACT SERVICE IS OF EQUAL SERVICE AS A DIRECT CONTRACT, INCLUDING PRIORTY RESPONSE TIME.�� �ALL OFFERORS MUST ALSO COMPLETE AND SIGN THE ATTACHED CERTIFICATION (VENDOR CERTIFICATION) Place of Performance: NIH, 9000 Rockville Pike, Building 4, Bethesda, MD 20892, United States.� FOB: Destination Period of Performance: Period of period for full performance is 09/04/2024 � 09/03/2025. 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 following: technical capability to meet the requirements and price.� Billing for services will be in the arrears. By submitting a quote in response to this solicitation, vendor is accepting the following terms and conditions: 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 (MAY 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 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 2022) FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (MAY 2024) *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 June 4, 2024 @ 04:00 PM EST Offers may be e-mailed to Rita Davis (rita.davis@nih.gov). Offers shall include RFQ number in the subject line (RFQ-NIAID-24-2222091). 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/b570b5ec973449c3b3a3975f1a599ef9/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN07076451-F 20240526/240524230047 (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.