SOLICITATION NOTICE
J -- Service Contract
- Notice Date
- 4/1/2015
- 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 Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-(SSSA)-15-CSS-115
- Point of Contact
- Andrea McGee, Phone: 3014358718
- E-Mail Address
-
amcgee@nida.nih.gov
(amcgee@nida.nih.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- INTRODUCTION 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. The solicitation number is HHS-NIH-NIDA-(SSSA)-15-CSS-115 and the solicitation is issued as a request for quote (RFQ). ACQUISITION AUTHORITY 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; FAR Subpart 13.5-Test Program for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-80 effective March 2, 2015. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE This acquisition is unrestricted. The associated NAICS code 81129 with a size standard of $20.5 million. This acquisition is 100% set-aside for small businesses. Purpose and Objectives: The purpose of this acquisition is to purchase a service contracts to cover the two installed Tecan Fredom EVO 200 lab robots and the INFINITE 200 PRO plate reader. Project Background: The National Institutes of Health (NIH) is the nation's leading medical research agency and the primary Federal agency whose mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability, conducting, supporting and making medical discoveries that improve people's health and save lives. The purpose of the new NIH Therapeutics for Rare and Neglected Disease program (TRND) is to develop new candidate drugs for individuals with rare and neglected diseases. TRND activities will build upon the NIH Roadmap to accomplish its goals including the successes of NCATS. Our group facilitates drug discovery from the basic research lab to the pre-clinical stage. Picking up where our Probe Development Group work leaves off, TRND will concentrate its efforts on the pre-clinical stage of drug development, where researchers develop clinical candidate in preparation for human testing. In doing so, TRND will help bridge the wide gaps in time and resources that often exist between basic research and clinical testing of new drugs. It is expected that in most cases, TRND's clinical candidates will be licensed to biopharmaceutical companies for further development, thus allowing TRND to focus on the scientifically challenging pre-clinical stages of the drug development, and "de-risking" the projects sufficiently to make them adoptable by private sector companies. The NCATS Office of Rare Diseases Research (ORDR) will handle oversight and governance of TRND. Researchers are now performing TRND's laboratory work in our newly renovated facility within our 9800 facility. Project Requirements: 1. Scheduled one preventive maintenance visit per year including: Cleaning and greasing Wear & tear parts (these typically include, but are not limited to, valves, syringes, tips, tip assemblies, and tubing) Adjustments Instrument specific tests as outlined in the Service Manual Service Report Travel costs and labor 2. On-site repairs in case of instrument failure including: Spare parts (as required) Travel costs and labor Service Report 3. Update installations at the time of scheduled preventive maintenance visits (released for use on the instrument and at the discretion of Tecan are required to be installed on the instrument to maintain reliability, usability and/or safety; upgrades are not included in the coverage of this contract): Essential Hardware updates Essential Firmware updates Essential Software updates Hotline support (Mo-Fr between 08:00 am and 05:00 pm "local time", excluding statutory holidays) Services performed by certified field service engineers or application specialists General response time 48 hours Period of Performance: The period of performance for thisl requirement is 12 months. Contract Type The Government intends to issue a firm fixed price purchase order for this requirement. APPLICABLE CLAUSES AND PROVISIONS FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. FAR clause 52.212.-2, Evaluation - Commercial Items, is applicable to this requirement. Offers will be evaluated based on the following: (1) The Offeror must include all items detailed in the project requirements in its quotation.; (2) the government's desired delivery date of within 30 days after receipt of order; and (3) price. Offerors must include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. In addition the Dun & Bradstreet Number (DUNS), 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 shall be submitted no later than April 16, 2015 at 4:30pm EST. Responses may be submitted electronically to amcgee@nih.gov or by U.S. mail to the National Institute of Drug Abuse (NIDA), Station Support / Simplified Acquisition Branch (SS/SA), Attention: Andrea McGee. Fax responses will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-(SSSA)-15-CSS-115 /listing.html)
- Place of Performance
- Address: 9800 Medical Center Drive, Rockville, Maryland, 20850, United States
- Zip Code: 20850
- Zip Code: 20850
- Record
- SN03686101-W 20150403/150401235402-15adc11b363fb19e1679eaad90a4529a (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 |