SOLICITATION NOTICE
J -- Zeiss Tabak LSM700 Maintenance Plan
- Notice Date
- 10/29/2014
- 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 Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
- ZIP Code
- 20892-7902
- Solicitation Number
- HHS-NIH-NHLBI-CSB-DE-2015-019-KEW
- Archive Date
- 12/3/2014
- Point of Contact
- Kyle Wisor, Phone: 3014023670, Rashida Ferebee,
- E-Mail Address
-
Kyle.Wisor@nih.gov,
(Kyle.Wisor@nih.gov, ontracting)
- Small Business Set-Aside
- N/A
- Description
- (1) Action Code: Combined Synopsis/Solicitation (2) Date: October 29th (3) Year: 2014 (4) Contracting Office Zip Code: 20892 (5) Classification Code: J066 (6) Contracting Office Address: 6701 Rockledge Drive Rockledge II Bethesda, MD 20892 (7) Subject/Title: Zeiss Tabak LSM700 Maintenance Contract (8) Proposed Solicitation Number: HHS-NIH-NHLBI-CSB-DE-2015-019-KEW (9) Closing Response Date: November 18th, 2014 (10) Contact Point: Kyle Wisor, Contract Specialist (11) Contract Award and Solicitation Number: TBD (12) Contract Award Dollar Amount: UKN (13) Contract Line Item Number(s): TBD (14) Contractor Award Date: TBD (15) Contractor Name: TBD (16) Description: Full Care Maintenance Plan for Zeiss Tabak LSM700 (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 HHS-NIH-NHLBI-CSB-DE-2015-019-KEW and the solicitation is issued as an request for quote (RFQ). (iii) The solicitation document, the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-77 effective 14 OCT 2014. (iv) There are no set-aside restrictions.The associated NAICS code is 811219, Other Electronic and Precision Equipment Repair and Maintenance, and the small business size standard is $20.5M. The acquisition is being conducted in accordance with the procedures of FAR Part 12 and FAR Part 13. (v) A list of contract line items numbers(s), name of items, quantities if applicable are described below. (vi) The Contractor Shall: I. Provide all labor, material and equipment to provide preventive maintenance for Government-owned Scanning Module LSM 700 serial number 2601000679. All maintenance services shall be performed in accordance with the manufacturer's standard commercial maintenance practices; a. One (1) preventative maintenance inspection during the service agreement year b. Provide all covered replacement parts c. Download software updates when available II. Scheduled and emergency service shall be performed between the hours of 8:00am and 5:00pm Monday through Friday, excluding holidays; III. All travel charges within the Continental USA are covered under the agreement; IV. Personnel shall be factory trained and have experience in the servicing aforementioned instrument; All primary service personnel shall have at least one backup Field Service representative with at least the same level of expertise on the equipment covered by this contract; V. Ability to engage directly with the engineers that designed the microscope, to help resolve the most challenging technical support needs; VI. Provide up to four (4) concurrent option years. (vii) Period of Performance is from 11/26/14 - 11/25/15; a. Option Year 1: 11/26/15 - 11/25/16 b. Option Year 2: 11/26/16 - 11/25/17 c. Option Year 3: 11/26/17 - 11/25/18 d. Option Year 4: 11/26/18 - 11/25/19 Place of Performance: ATTN: Raul Rojas National Institutes of Health, NIDCR 9000 Rockville Pike Building 30, Room 524 Bethesda, MD 20892 (viii) The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (ix) The provision at FAR clause 52.212-2, Evaluation - Commercial Items, is applicable. 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: The Government will evaluate quotations based on the following evaluation criteria: 1: Best value to the Government; 2: Capability to meet the requirements stated in 16 (V). (x) FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, is applicable. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision. (xi) FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. Including the following clauses: i. 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (AUG 2011) ii. 52.225-13, Restrictions on Certain Foreign Purchases iii. 52.244-6, Subcontracts for Commercial Items iv. 52.2232-39, Unenforceability of Unauthorized Obligations v. 52.217-9, Option to extend the term of the Contract (xiii) Additional Contract Requirements: None (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable. (xv) All responses must be received by November 18th, 2014 at 9:00 AM and must reference number HHS-NIH-NHLBI-CSB-DE-2015-019-KEW. Responses may be submitted electronically to Kyle.Wisor@nih.gov or by U.S. mail to the National Heart, Lung, and Blood Institute, Office of Acquisitions, COAC Services Branch, 6701 Rockledge Drive, Suite 6150B, Bethesda, MD 20892-7902, Attention: Kyle Wisor. Phone: 301-402-3670; Fax responses will not be accepted (17) Place of Contract Performance: National Institutes of Health, NIDCR 9000 Rockville Pike Building 30, Room 524 Bethesda, MD 20892 (18) Set-aside Status: None
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/HHS-NIH-NHLBI-CSB-DE-2015-019-KEW/listing.html)
- Place of Performance
- Address: 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03561058-W 20141031/141030001429-1f89d32644377df207e7a6113973c1f1 (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 |