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
DOCUMENT

66 -- 1 Year Maintenance Contract AB Sciex 4800 Mass Spectrometer/Analyzer - Statement of Work - FAR 52.212-5 - FAR Clauses

Notice Date
5/25/2017
 
Notice Type
FAR Clauses
 
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-C-1851563
 
Archive Date
6/9/2017
 
Point of Contact
Kim Brown-Selig, Phone: 4063759840, Suzanne Miller, Phone: 406-363-9445
 
E-Mail Address
kim.brown-selig@nih.gov, millers2@niaid.nih.gov
(kim.brown-selig@nih.gov, millers2@niaid.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
FAR 52-212.5 Statement of Work 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-C-1851563. This solicitation is a request for quotes (RFQ). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-94 & 2005-95, effective 1/19/17. The associated North American Industry Classification System (NAICS) code for this procurement is 811219 with a small business size standard of $20.5 Million dollars. This is not a total small business set aside. The National Institute of Allergy and Infectious Diseases (NIAID), Rocky Mountain Laboratories, is seeking to purchase a 1 year assurance preventative maintenance contract for the AB Sciex 4800 Mass Spectrometer/Analyzer to include: 1. Preparation and Baseline Measurements 2. Laser and Laser Optics 3. Electrical 4. Vacuum System: including roughing pump oil and exhaust oil mist filter and fore line oil mist filter 5. Load Lock, gate valve, Source 1 optics, and Sample Stage: including load lock, gate valve O-ring replacement, source 1 cleaning, source 1 mirror cleaning, and sample stage lubrication 6. Pump down and degas 7. Computer Disk Maintenance 8. Fans and filters 9. Cabling and interlocks 10. Laser position verification 11. Performance checks 12. Vacuum pressure verification and data backup · 10% discount on labor and travel for remedial repairs · Guaranteed 3-4 business day onsite response time for remedial repairs · Hardware Telephone Support during normal business hours · Certified AB Sciex technicians to perform all work and use of OEM parts for repairs. THERE WILL BE NO EXCEPTIONS Period of performance is June 15, 2017 - June 14, 2018 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 AB Sciex Technicians and only 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. FOB Point shall be Destination; Hamilton, MT 59840. Place of Performance: Rocky Mountain Laboratories Laboratory of Bacteriology, Host-Parasite Interactions Section 903 South 4th Street Hamilton, MT 59840 All responsible sources whom are certified by AB Sciex 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 OEM parts and supplies. 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 (Jan 2017) FAR 52.212-3 Offerors Representations and Certifications – Commercial Items (Jan 2017) 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) FAR 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) 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 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, 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). *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 (Dec 2015) 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. This is an open-market combined synopsis/solicitation for a 1 year service contract defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. Submission shall be received not later than 06/08/17 9:00 am Mountain Time. Offers may be e-mailed to Kim Brown Selig (email: kim.brown-selig@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 (kim.brown-selig@nih.gov).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/RFQ-RML-C-1851563/listing.html)
 
Document(s)
FAR Clauses
 
File Name: FAR 52.212-1, -3, -4, FAR 52.203-98 , FAR 52.203-99 , FAR 52.232-40 , HHSAR 352.222-70 (http://farsite.hill.af.mil/vffara.htm)
Link: http://farsite.hill.af.mil/vffara.htm

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Rocky Mountain Laboratories, 903 South 4th Street, Hamilton, Montana, 59840, United States
Zip Code: 59840
 
Record
SN04522848-W 20170527/170526001224-abc8c9467d3a910f1c1e47f33bdca78e (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.