Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 13, 2016 FBO #5224
SOLICITATION NOTICE

66 -- Maintenance Agreement for BD Biosciences FACS Flow Machines and accessories - 52.212-5

Notice Date
3/11/2016
 
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 of Allergy & Infectious Diseases/AMOB, 5601 Fishers Lane, 3rd Floor MSC 9822, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
NOI-RML-E-1778386
 
Archive Date
4/12/2016
 
Point of Contact
Janna Weber, , Barbara Horrell,
 
E-Mail Address
janna.weber@nih.gov, horrellb@niaid.nih.gov
(janna.weber@nih.gov, horrellb@niaid.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
52.212-5 This notice is a Notice of Intent. The Government intends to negotiate on a sole source basis with BD Biosciences for the procurement of an annual service contract for BD Biosciences FACS Flow Machines and accessories. This acquisition will be made in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 "Streamlined Procedures for Evaluation and solicitation for commercial Items," as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are not being requested and a written solicitation will not be issued. Submit offers on NOI-RML-E-1778386. This acquisition is a Notice of Intent (NOI). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-85 February 26, 2016. The associated North American Industry Classification System (NAICS) code for this procurement is 811219 with a small business size standard of ($20.5M). This requirement is not set aside for small business. The National Institute of Allergy and Infectious Diseases (NIAID), has a need for a service agreement on existing BD Biosciences equipment, with a period of performance of 04/01/2016 to 03/31/2017. Equipment to be covered: COHR Compass Grn 315M-150 Lsr (s/n 2968); Laser Compass 561-50 Lt Grn (s/n 8772); LSRFortessa SORP (s/n H64717700104); Laser OBIS 488-100LP SORP (s/n 8873); Laser OBIS Red Cube 637-150 (s/n 8874); Laser OBIS Y/G 561-100 SORP (s/n 8875); Genesis 355-60 UV Lsr (s/n 8877); OBIS 405-100 LX Violet Lsr (s/n 8876); FACS Flow Supply System (s/n N3492774233); High Throughput Sampler (s/n U64770160224); FACS Flow Supply System (s/n N3492774184); FACS Flow Supply System (s/n N3492774185); LSR II Special no lasers (s/n H47100194); CUBE 405-50C Violet Lsr (s/n 4058); Sapphire 488-100 Blue Lsr (s/n 4069); COMP 215-20 532 Green Lsr (s/n 2968); CUBE 640-40 Red Lsr (s/n 2238) This agreement must be invoiced quarterly in arrears. BD Biosciences is the manufacturer, and this equipment must be serviced by BD Biosciences certified technicians. Must use OEM parts and cover all monitors and computers attached to these systems. All agreements must provide: FACS Flow Supply System • Labor, travel expenses, and parts (excluding consumables). All work to be provided by certified technicians with OEM parts. • Unlimited service visits, to include parts, labor, and travel. Monday through Friday, excluding holidays. • Unlimited telephone support for instruments, reagents and applications. LSRFortessa SORP • 2 preventative maintenance inspections and 2 PM kits provided within a 12 month period not within 5 months of each other. • 48-hour guaranteed response to request for emergency on-site service, Monday through Friday, excluding holidays. • Labor, travel expenses, and parts (excluding consumables, lasers and printers). All work to be provided by certified technicians with OEM parts. • Software revisions. • Unlimited service visits, to include parts, labor, and travel. • Unlimited telephone support for instruments, reagents and applications. High Throughput Sampler • Depot One-Way Swap: emergency replacement within 2 days, new or used OEM parts. Return of the malfunctioning equipment to Repair Center within 5 days. • Labor, shipping expenses, and parts (excluding consumables). All work to be provided by certified technicians with OEM parts. • Unlimited telephone support for instruments, reagents and applications. • 1 preventative maintenance inspections and 1 PM kit LSR II Special (No Lasers) • 2 preventative maintenance inspections and 2 PM kits provided within a 12 month period not within 5 months of each other. • 48-hour guaranteed response to request for emergency on-site service, Monday through Friday, excluding holidays. • Labor, travel expenses, and parts (excluding consumables, lasers and printers). All work to be provided by certified technicians with OEM parts. • Software revisions. • Unlimited service visits, to include parts, labor, and travel. • Unlimited telephone support for instruments, reagents and applications. Lasers including HeNe Laser, Violet Laser, COHR Compass Grn 315M-150 Lsr, Laser Compass 561-50 Lt Grn, Laser OBIS 488-100 LP SORP, Laser OBIS Red Cube 637-150; Laser OBIS Y/G 561-100 SORP, Geenesis 355-60 UV Lsr, OBIS 405-100 LX Violet Lsr, Cube 405-50C Violet Lsr, Sapphire 488-100 Blue Lsr, COMP 215-20 532 Green Lsr, Cube 640-40 Red Lsr • Full coverage of lasers, to include repair or replacement with OEM parts and all work to be provided by certified technicians. To be serviced during PM's of equipment each laser is installed within. • 48-hour guaranteed response to request for emergency on-site service, Monday through Friday, excluding BD Bioscience holidays. • Labor, travel expenses, and parts (excluding consumables). • Unlimited service visits, to include parts, labor, and travel. FOB Point shall be Destination; Bethesda, MD 20814. Place of Performance: NIH/NIAID Bldg 10 10 Center Drive Bethesda, MD 20814 United States Award will be based on the capability of the item offered to meet the above stated salient characteristics, price, past performance, delivery, warranty, and the best value to the government. All responsible sources who are certified by BD Bioscience as authorized third party repair vendors may submit a proposal showing their capabilities and past performance repairing this type of equipment. The vendors shall provide certification from original equipment manufacturer that they are authorized to perform these services and have access to OEM parts and supplies. All responsible sources may submit a response that will be considered. The following FAR provisions apply to this acquisition: 52.212-1 Instructions to Offerors Commercial Items (Oct 2015) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (Nov 2015) Offerors must complete annual representations and certifications on-line at http://www.sam.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items The following contract clauses apply to this acquisition: FAR 52-212-4 Contract Terms and Conditions Commercial Items (May 2015) FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Jan 2016) 52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (DEVIATION 2015-02) (FEB 2015) 52.203-99, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (DEVIATION 2015-02) (FEB 2015) 52.232-40 - Providing Accelerated Payments to Small Business Subcontractors. (DEC 2013) The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database, under an active status for All Awards, prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation (www.sam.gov). Copies of the above-referenced provisions and clauses are available from http://farsite.hill.af.mil/vffara.htm or, upon request, either by telephone or fax. Submission shall be received not later than 03/28/2016 1:00 PM MST. Offers may be mailed, e-mailed or faxed to Janna Weber; (Fax - 406-363-9288), (E-Mail/ janna.weber@nih.gov). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f) All responsible sources may submit a capability statement that will be considered by this Agency. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to (janna.weber@nih.gov).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/NOI-RML-E-1778386/listing.html)
 
Place of Performance
Address: NIH/NIAID, Bldg 10, 10 Center Drive, Bethesda, Maryland, 20814, United States
Zip Code: 20814
 
Record
SN04047562-W 20160313/160311234334-2d92bc73baafb1f50222e8572b0fefea (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.