SOLICITATION NOTICE
66 -- Maintenance Agreement for BD Biosciences Pathways and Laser Genesis 355-20UV - Terms and Conditions
- Notice Date
- 12/13/2016
- 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-1827783
- Archive Date
- 1/7/2017
- Point of Contact
- Janna Weber, , Barbara D 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 Pathways and Laser Genesis 355-20UV. 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-1827783. 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) 2005-89-1 11/1/2016. 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 01/01/2017 to 12/31/2017. Equipment to be covered: BD Pathways (s/n 1001-6899-A118) and Laser Genesis 355-20UV (s/n 3656). 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: • 1 preventative maintenance inspections and 1 PM kit provided. • 48-hour guaranteed response to request for emergency on-site service, Monday through Friday, excluding holidays. • Labor, travel expenses, and parts (excluding consumables 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. 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. 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. PROVISIONS AND CLAUSES The government intends to award a single firm, fixed price purchase order as a result of this solicitation that will include the terms and conditions set forth herein. The following FAR and HHSAR provisions and clauses apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items (Oct 2015) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (Mar 2016) 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 FAR 52.203-98 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (DEVIATION 2015-02) FAR 52.203-99 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (DEVIATION 2015-02) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 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 (Nov 2016) *The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. HHSAR 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations (Jan 2010) 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 12/23/2016 3:00 PM MST. Offers may be mailed, e-mailed to Janna Weber; (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-1827783/listing.html)
- Place of Performance
- Address: 10 Center Drive, Bethesda, Maryland, 20814, United States
- Zip Code: 20814
- Zip Code: 20814
- Record
- SN04349758-W 20161215/161213234109-8f163cc8ade1a7fb857e2780c7754221 (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 |