MODIFICATION
66 -- Extended Warranty Master Agreement with Olympus Inc. for Multiphoton microscope FV1000MPE - Amendment 1
- Notice Date
- 4/2/2015
- Notice Type
- Modification/Amendment
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 4211 - MSC 9559, Bethesda, Maryland, 20892, United States
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA(SSSA)-2015-CSS-211
- Archive Date
- 4/25/2015
- Point of Contact
- Samantha A. Kelly, Phone: 3014028855, Rodney E. Brooks, Phone: 3014020751
- E-Mail Address
-
samantha.kelly2@nih.gov, rodney.brooks@nih.gov
(samantha.kelly2@nih.gov, rodney.brooks@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Attachment 1: Revised Combined Synopsis SF 30 for Amendment Combined Synopsis/Solicitation 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)-2015-CSS-211 and the solicitation is issued as an request for quotation (RFQ). Acqusition 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 document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05-80, dated March 2, 2015. North American Industry Classification System (NAICS) Code: The intended procurement classified under NAICS 334516 code and the Size Standard is 500 employees. Contract Type: The Government intends to issue a firm fixed price purchase order for this requirement. Description of Requirement: Purpose: The National Institute on Aging (NIA) at the NIH would like to procure a service agreement for an Extended Warranty Master Agreement for the Multiphoton Microscope FV1000MPE. Place of Performance: The microscope is located in room 05B014B in the BRC. The room requires key card access. The contractor will be given entry to the room during normal business hours 8am - 6pm on weekdays. Period of Performance: Base Year: April 20, 2015 through April 19, 2016 Option Year 1: April 20, 2016 through April 19, 2017 Option Year 2: April 20, 2017 through April 19, 2018 Option Year 3: April 20, 2018 through April 19, 2019 Project Requirements: The multiphoton microscope FV1000MPPE microscope was purchased in 2009. The Contractor must have the technical staff to support, maintain and modify this equipment; as well as provide essential parts of the microscope such as lasers, objectives and software to run image acquisition programs that match the settings of the microscope. The contractor will travel to the BRC and repair the microscope as needed. The contractor shall provide service and maintenance for all portions of the multiphoton microscope FV1000MPPE, in order to ensure operation of the equipment at maximum performance. This includes but not limited to the lasers, computer system, software, mechanical, optical, electrical, electronic and wear-related components of the imaging system. The contractor will travel to the BRC and repair the microscope as needed. Specifically the contractor shall: 1. Supply all replacement parts as required on an exchange (good-as-new) or new part basis in order to maintain the equipment at Original Equipment Manufacturer's (OEM's) specifications. 2. Locate a service engineer during the coverage period 8am-6pm, Monday through Friday to assure efficient service of the microscope. 3. Contractor Responsibilities: The Contractor shall provide all necessary documentation, repair parts, spare parts, accessories, maintenance supplies, all special tools, test and support equipment, travel and transportation, personnel skill requirements, and other related services required in performance of maintenance tasks to keep the equipment in good operating condition, except for costs of repairs occasioned by fault or negligence of the Government or its agent. 4. Interchangeability of parts is required, (NRCC Wash C8)(Oct 1992). All replacement/spare parts and supplies to be furnished by the Contractor under this contract shall be guaranteed to be equal in all respects (including performance, interchangeability, durability, and quality) to parts specified by the OEM. 5. This contract will allow the future flexibility to procure hardware and software upgrades as deemed necessary for the system to function at the highest quality of performance 6. Service engineers must be specially trained and certified to work on the multiphoton FV1000MPE equipment purchased from Olympus. Delivery: Technician certifications must be provided for all service engineers assigned to the multiphoton microscope FV1000MPE. A written summary report should be turned in within 48 hours of any service visit. Government Responsibilities: The microscope is located in room 05B014B in the BRC. The room requires key card access. The Contractor will be given entry to the room during normal business hours 8am - 6pm on weekdays. Travel: Travel to the NIH is the sole responsibility of the contractor. Applicable Clauses and Provisions: All Offerors MUST be actively registered in the System for Award Management (SAM) www.sam.gov The provision of FAR clause 52.212-1, Instructions to Offerors - Commercial Items applies to this acquisition. (ix) The provision of FAR clause 52.212-2, Evaluation - Commercial Items applies to this acquisition; the provision of FAR clause 52.217-9, Option to Extend the Term of the Contract, applies to this acquisition. 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, technical, price and other factors considered. A completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, is required with any offer submitted. The FAR clause is located at http://www.acquisition.gov/far/. This requirement may be met by completion of the provision in the System for Award Management. FAR clauses 52.212-4, Contract Terms and Conditions - Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial items apply to this acquisition. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (September 2013), applies to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. There are no additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. Response Format: Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement. The price quote shall include: unit price, list price, shipping and handling costs, the delivery period after contract award, delivery terms, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), the certification of business size, product or catalog numbers, product description and other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." All questions must be received by April 2, 2015 at 12:00pm EST and must be reference number HHS-NIH-NIDA-(SSSA)-2015-CSS-211. Responses may be submitted electronically to rodney.brooks@nih.gov and samantha.kelly2@nih.gov All responses must be received by April 10, 2015 at 12:00pm EST and must reference number HHS-NIH-NIDA(SSSA)-2015-CSS-211. Responses may be submitted electronically to rodney.brooks@nih.gov and samantha.kelly2@nih.gov "All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency."
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA(SSSA)-2015-CSS-211 /listing.html)
- Record
- SN03688132-W 20150404/150403000754-75de60f0a65e878952a5dc687063150d (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 |