Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 12, 2014 FBO #4522
SOLICITATION NOTICE

J -- Service agreement for 8 AKTA Fast Protein Liquid Chromatography systems

Notice Date
4/10/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Bldg 1050, Frederick, Maryland, 21702, United States
 
ZIP Code
21702
 
Solicitation Number
RFQ-N02RC46015-62
 
Point of Contact
Tiffany D. Kittrell, Phone: 2402765434
 
E-Mail Address
Tiffany.kittrell@nih.gov
(Tiffany.kittrell@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
<img src="file:///C:\Users\KITTRE~1\AppData\Local\Temp\msohtmlclip1\01\clip_image001.gif" alt="" width="40" height="9" /> General Information: Document Type: Combined Synopsis/Solicitation Notice Solicitation number: RFQ-N02RC46015-62 Proposed date: April 10, 2014 Proposed response date: April 28, 2014 Classification Code : JO66 NAICS Code: 811219 Business size standard: 19M Contracting office Address: Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E141, Bethesda, MD 20892, United States. Non-USPS mail such as FedEx, UPS and other private carriers please use Rockville, MD 20850. Description: The National Institutes of Health (NIH), National Cancer Institute (NCI), Division of the Center for Cancer Research (CCR), Laboratory of Molecular Biology (LMB) intends to procure the a service agreement for 8 AKTA Fast Protein Liquid Chromatography systems. This is a combined synopsis/solicitation for commercial services, prepared in accordance with format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. The North American Industry Classification System code is 811219 and the business size standard is 19M. Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price type contract. Description of Requirement: The Laboratory of Molecular Biology (LMB) uses genetics, molecular biology, cell biology, and molecular modeling to examine and solve a broad range of important biological problems. The LMB has 8 AKTA Fast Protein Liquid Chromatography systems (FPLC). These FPLCs are required to purify immunotoxins which are being developed by LMB for use in cancer therapy, and proteins studied in the laboratory’s basic research programs. It is essential that the FPLCs be available and in good working conditions at all times. Keeping them in working order allows the National Cancer Institute to continue its program of research to understand basic cellular function and its role in cancer development, and to develop therapies to fight cancer. The pieces of equipment requiring service have the following model/serial numbers: Model number Serial number 18114505 18114505-13272227 18130000 18130000-1446118 18130000 18130000-1469201 18190026 18190026-01298274 18190026 18190026-01298279 18608320 18608320-01182448 28406264 28406264-1398016 The following is required: Preventative Maintenance: Contractor shall perform one preventative maintenance visit during the agreement period. Service shall be performed by technically qualified trained personnel. Service will be available Monday through Friday; between the hours of 9 am and 5 pm. Technician will respond within 24 hours of a trouble call to schedule service. Emergency Service: Emergency repair services shall be provided on an unlimited basis during the period of this agreement. Emergency service calls shall not replace the necessity for scheduled PMs. Replacement Parts: This agreement covers the cost of engineer travel, all parts and labor during the period. All service parts included are on a part-for-part exchange basis only. Unicorn software support needs to be provided to run the systems. Unless specified, the computer, printer, keyboard, or monitor is not included. Parts shall be new or remanufactured to original equipment specifications. Service Exclusions: The contractor shall not be responsible for any repairs necessitated by abuse, neglect, vandalism, fire or water. These repairs shall be done on a separate purchase order. Period of Performance: 10 months from award. Payment: Payment shall be made quarterly in arrears. QUOTATIONS ARE DUE: April 28, 2014 at 11:00 am EST. PROVISIONS AND CLAUSES: The following FAR provisions and clauses apply to this acquisition: FAR clause 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (Jul 2013); FAR clause 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS- (Nov 2013) FAR Clause 52.212-4 CONTRACT TERMS AND CONDITIONS – COMMERCIAL ITEMS (Sept 2013) FAR Clause 52.212-5: CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (DEVIATION 2013-O0019) (January 2014). The following FAR clauses cited in paragraph (b) of the clause at FAR 52.212-5 are also applicable to this acquisition; · 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). · 52.222-17, Nondisplacement of Qualified Workers (Jan 2013) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. · 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). · 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. · 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). · 52.222-54, Employment Eligibility Verification (Jul 2012). · 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78). · 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note) (Applies to contracts valued at $25,000 or more). · 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug 2013) (31 U.S.C. 6101 note). · 52.222-3, Convict Labor (June 2003) (E.O. 11755). · 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126). · 52.222-21, Prohibition of Segregated Facilities (Feb 1999). · 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). · 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). · 52.232-33, Payment by Electronic Funds Transfer—System for Award Management (Jul 2013) (31 U.S.C. 3332). Full text copies of the representations and certifications for other cited provisions and clauses may be obtained on line at the NCI website at http://rcb.cancer.gov/rcb-internet/index.jsp or from Tiffany Kittrell, Contract Specialist at Tiffany.Kittrell@nih.gov. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Demonstrating responding to service calls within 24 hours 2. Demonstrating ability to provide new or remanufactured replacement parts to original equipment specifications. 3. Price OFFERORS: Offers must be submitted on an SF-1449 with a completed 52.212-3 Offeror Representations and Certifications-Commercial Items-with DUNS Number Addendum, signed by an authorized representative of the offeror OR provide a copy of the valid certification registrations of the offeror’s Central Contractor Registration (CCR) and Online Representations and Certifications Applications (ORCA) through sam.gov. Quotations must be received in the NCI-OA contracting office by 11:00 a.m. EST on April 28, 2014. Please refer to solicitation number RFQ-N02RC46015-62 on all correspondence. No collect calls will be accepted. Faxed or electronic mail quotations will NOT be accepted. All questions shall be in writing and may be addressed to the aforementioned individual noted above. No collect calls will be accepted. In order to receive an award, contractors must be registered and have valid certification in the Central Contractor Registration (CCR) and the Online Representations and Certifications Applications (ORCA) through sam.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/FCRF/RFQ-N02RC46015-62/listing.html)
 
Record
SN03335396-W 20140412/140410234914-7213762e6b43d5413ae1c0d3e8bf0566 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.