SOLICITATION NOTICE
J -- MACSQUANT TYTO ESSENTIAL SERVICE AGREEMENT
- Notice Date
- 10/29/2024 5:04:26 AM
- 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-25-2245377
- Response Due
- 10/29/2024 2:00:00 PM
- Archive Date
- 11/13/2024
- Point of Contact
- Kimberly Rubio, Phone: 3017616892
- E-Mail Address
-
kimberly.rubio@nih.gov
(kimberly.rubio@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-25-2245377 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) 2024-07 September 30, 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 in millions. The requirement is being competed full and open competition, un-restricted, and without a small business set-aside. The RTS Flow Cytometry unit currently uses MACSQuant to conduct experiments on behalf of all the NIAID DIR scientists including its use with state of the art single cell genomics and CRISPR technologies), has a requirement for maintenance services for the MACSQuant Tyto. The RTS Flow Cytometry unit �currently uses the MACSQuant Tyto in order to maintain the integrity of on-going research it is imperative that the listed equipment be maintained in fully operational status. We require OEM parts and labor for maintenance and service of this instrument. The contractor shall provide: Services Must include: - OEM Technician - Preventive Maintenance Service - Repair Service - OEM Technical Support Service 24/5 - OEM Software Update Service Preventive Maintenance Service include: - One (1) scheduled maintenance visit - Performance assurance checks - Functionality and safety checks - Safety inspections in accordance with all applicable regulations - Cleaning of operational contaminations - Cleaning and greasing of mechanical parts - Examination of all connecting tubes - Calibration of instrument components - Optical alignment - Performance testing with beads - Testing of components according to Miltenyi SOP BGL-IS-SOP-00002 These instruments are constantly in use on a daily basis and if it were put out of action due to lack of maintenance or mechanical failure the ability of the investigators in the DIR to conduct their research would be severely handicapped.� It is for this reason that a maintenance agreement is essential for these instruments located in BLS-1/BLS-2. Priority scheduling and onsite response for all repairs during the period of performance. Priority is defined as giving priority scheduling equal to a direct contract and guaranteeing the equivalent manufacturer�s priority onsite response. If you are a third-party service provider, the priority scheduling and/or response time, must be listed, as well as documentation of OEM trained technicians is required. *All service providers must provide proof from Miltenyi Biotec that they are an authorized service provider for all Miltenyi Biotec equipment.* Period of Performance: Period of performance for full performance is 11/5/2024 � 11/4/2025. Place of Performance: NIH, Rocky Mountain Laboratories, 903 South 4th Street, Bldg. 22, Hamilton, MT 59840, 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 on the following: technical capability to meet the requirements and price. 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 2023) 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 52.232-40 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) FAR 52.217-8 Option to Extend Services (NOV 1999) 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 October 29, 2024 @ 11:00am EST All quotations and required documents must be submitted via the NIAID electronic Simplified Acquisition Submission System (eSASS) website at https://esass.nih.gov. All vendors must register in the eSASS system to submit a quotation. Instructions on how to register / submit quotes are included on the website.� 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/33401ffbcba4444aa60f1ec4ecea4b66/view)
- Place of Performance
- Address: Hamilton, MT 59840, USA
- Zip Code: 59840
- Country: USA
- Zip Code: 59840
- Record
- SN07251370-F 20241031/241029230101 (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 |