Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 27, 2017 FBO #5664
SOLICITATION NOTICE

66 -- one year period of performance service agreement for 14 pieces of Life Technologies instruments. P.O.P 08/18/2017 to 08/17/2018

Notice Date
5/25/2017
 
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
RFQ-RML-E-1841282
 
Archive Date
6/10/2017
 
Point of Contact
Jesse Weidow, , Janna Weber,
 
E-Mail Address
weidowjd@niaid.nih.gov, janna.weber@nih.gov
(weidowjd@niaid.nih.gov, janna.weber@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Document Type: Request for Quotes Solicitation Number: RFQ-RML-E-1841282 Posted Date: May 25, 2017 Response Date: June 09, 2017 Set Aside: none NAICS Code: 811219 Classification Code: 66 Contracting Office Address: Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive MSC 4811 Room 2NE70-A, Bethesda, MD 20817 Title: one year period of performance service agreement for 14 pieces of Life Technologies instruments. P.O.P 08/18/2017 to 08/17/2018 Primary Point of Contact: Secondary Point of Contact Jesse Weidow Janna Weber Description: This notice is a combined synopsis/solicitation for commercial items prepared 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 being requested and a written solicitation document will not be issued. Submit offers on RFQ-RML-E-1841282. This acquisition is a Request for Quotes (RFQ). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC is 2005-95 1/2017. The associated North American Industry Classification System (NAICS) code for this procurement is 811219 with a small business size standard of $20.5 M. This is not a total small business set aside. All responsible sources whom are certified by Life Technologies as authorized third party repair vendors may submit a proposal showing their capabilities and past performance repairing this type of equipment. The vendor shall provide certification from the original equipment manufacturer that they are authorized to perform these services and have access to NEW OEM parts and supplies. This written certification is required to be submitted with your proposal. Service agreement also requires the preventative maintenance visits to be performed within the contract period. Full on-site agreement must include all aspects outlined in the attached Statement of Work. All service and repairs shall be performed by certified Life Technology technicians and only NEW OEM parts shall be used for all repairs. All software updates must be OEM. All work performed shall be warranted against defects and workmanship during the performance period. The National Institute of Allergy and Infectious Diseases (NIAID), Laboratory of Infectious Disease (LID), is seeking to purchase a one year period of performance on: # DESCRIPTION CATALOG 1 DNA Analyzer 3730 s/n 1525-007 2 DNA Analyzer 3730 s/n 16112-030 3 DNA Analyzer 3730 s/n 18125-001 4 Studio6 Flex Sequence Detection System s/n 278860810 5 7900HT Sequence Detection System s/n 200478 6 7900HT Sequence Detection System s/n 279000988 7 7900HT Sequence Detection System s/n 279001014 8 7900HT Sequence Detection System s/n 279001191 9 7900HT Sequence Detection System s/n 279001540 10 Quantstudio 6 Flex Detection System s/n 278860355 11 7500 Real Time PCR System s/n 275005941 12 7500 Real Time PCR System s/n 275002639 13 ION S5 sequencer s/n 245740000624 14 ION CHEF sequencer s/n 242470215 FOB Point shall be Destination; Bethesda, MD 20892. Place of Performance: National Institutes of Health, NIAID 50 South Drive Bethesda, MD 20892 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. 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 (JAN 2017) FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Jan 2017) *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 email or fax. Submission shall be received not later than June, 09, 2017 5:00 PM Mountain Time. Offers may be mailed, e-mailed or faxed to Jesse Weidow; (E-Mail/ jesse.weidow@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 quotation which shall be considered by the agency. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to (jesse.weidow@nih.gov).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/RFQ-RML-E-1841282/listing.html)
 
Place of Performance
Address: 50 South Drive, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04522019-W 20170527/170526000038-e71a8a2d5060522b6506e44ffb070d6d (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.