SOLICITATION NOTICE
J -- SERVICE CONTRACT - STATEMENT OF WORK
- Notice Date
- 7/22/2015
- 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, Nat'l Institute of Diabetes, Digestive, & Kidney Diseases, 2 Democracy Plaza, Suite 700W, 6707 Democracy Blvd., MSC 5455, Bethesda, Maryland, 20892-5455
- ZIP Code
- 20892-5455
- Solicitation Number
- NIHLM2015529
- Archive Date
- 8/15/2015
- Point of Contact
- V. Lynn Griffin, Fax: 301-480-8501, MAXWELL KIMPSON,
- E-Mail Address
-
griffinv@mail.nih.gov, Max.Kimpson@nih.gov
(griffinv@mail.nih.gov, Max.Kimpson@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- STATEMENT OF WORK - NIHLM2015529 This is a combined synopsis/solicitation for commercial items prepared in accordance with the 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. This solicitation number is NIHLM2015529 and is issued as a Request for Quotation (RFQ). The solicitation /contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2005-83. The North American Industrial Classification (NAICS) code 334519 with a size standard of 500 employees. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. The National Institutes of Health (NIH), National Institute of Digestive, Diabetes & Kidney Diseases (NIDDK) has a requirement to procure a service contract for the following equipment or equivalent equipment and services: 0723870 LTQ-Orbitrap Velos SN#03097B Unity Essential Support Plan-MSPEC-LC-MS ETD01-1000 Factory ETD Option for LTQ XL & Velos Mass Spectrometry Options Services to be performed: Single annual PM as well as service calls associated with Technical failure of the instrument. The proposed period of performance shall be August 1, 2015 to July 31, 2016. The offeror must include a completed copy of the following provisions: 1) FAR Clause 52.212-1 Instructions to Offerors - Commercial items; 2) FAR Clause 52.212-2, Evaluation - Commercial Items. As stated in FAR Clause 52.212-2 (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be advantageous to the Government, price and other factors considered. The following factors will be used equally to evaluate offers: Technical Evaluation, Price, and Past Performance. Note: Past Performance Information: Vendors must submit a listing of the most recent contracts/awards (minimum of 3) which demonstrate similar work in nature to this Solicitation. Contracts/awards may include those entered with the Federal Government, state and local governments and commercial concerns. Include the following information for each contract or subcontract: 1. Name of Contracting Organization 2. Contract Number (for subcontracts provide the prime contract number and the subcontract number) 3. Contract Type 4. Total Contract Value 5. Description of Requirement 6. Contracting Officer's Name and Telephone Number 7. Program Manager's Name and Telephone Number 3) FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items; 4) FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items; 5) FAR Clause 52-212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items - Deviation for Simplified Acquisitions. The Dun and Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN) and the certification of business size shall be included. The clauses are available in full text at https://www.acquisition.gov PLEASE NOTE: In order to receive an award, contractor must be registered and have valid certification in the System For Award Management (SAM) http://www.sam.gov * If past performance questionnaire is available, please submit. All responses received within 15 days from the date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed acquisition is based upon responses to this notice and is solely for the purpose of determining whether to conduct a competitive acquisition. The offeror must include in their quotation, the unit price, the list price, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. Interested vendors capable of furnishing the government with the service specified in this synopsis should submit their quotation to the below address. Quotations will be due fifteen (15) calendar days from the publication date of this synopsis on July 31, 2015. The quotation must reference "Solicitation number" NIHLM2015529. Sources having the ability to provide the services described above shall provide clear and comprehensive information supporting their experience, past performance and pricing. An offeror's response shall not exceed 10 pages, excluding resumes. Any questions can be submitted to Verne Griffin, Business Opportunity Specialist, at griffinv@mail.nih.gov. All information received will be considered as part of a competitive acquisition. Additional Point of Contact - Maxwell J. Kimpson at kimpsonm@mail.nlm.nih.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDDKD/NIHLM2015529/listing.html)
- Record
- SN03806448-W 20150724/150722235824-015346d40aedd601849aa57910260917 (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 |