Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 01, 2017 FBO #5761
SOLICITATION NOTICE

65 -- LightCycler 480 Instrument II (96 Well)

Notice Date
8/30/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Rockville, Maryland, 20852, United States
 
ZIP Code
20852
 
Solicitation Number
N02RC72645-36
 
Archive Date
9/20/2017
 
Point of Contact
David H. Romley, Phone: 2402767822
 
E-Mail Address
david.romley@nih.gov
(david.romley@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Title: LightCycler 480 Instrument II (96 Well) Document Type: Combined Synopsis / Solicitation Notice Solicitation Number: N02RC72645-36 Proposed Posted Date: 8/30/17 Proposed Response Date: 9/5/17 Classification Code: 65 - Medical, Dental & Veterinary Equipment & Supplies NAICS Code: 334516 - Analytical Laboratory Instrument Manufacturing Business Size Standard: 1000 Employees Contracting Office Address Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E232, Bethesda, MD 20892, UNITED STATES. Non-USPS mail such as Fedex UPS and other private carriers please use Rockville, MD 20850. The National Cancer Institute (NCI), Center for Cancer Research (CCR), Laboratory of Pathology would like to procure a Brand Name or Equal LightCycler 480 Instrument II (96 Well). This is a combined synopsis/solicitation for commercial items, prepared in accordance with format in FAR 12.6 as supplemented with additional information included in this notice. This will be the only solicitation that will be issued. This solicitation: No. N02RC72645-36 includes all applicable provisions and clauses in effect through FAR FAC 2005-88 (May 2016) simplified procedures for commercial items. The North American Industry Classification System code is 334516 and the business size standard is 1000 employees. Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price type contract. I. Description of Requirement The following product features/characteristics are required for this requirement: • The contractor is to provide all labor, material and equipment to provide necessary support and assistance during set-up of Government-owned LightCycler 480 Instrument II (96 Well), located in bldg 10, B1B037. The instrument has complete coverage for parts and labor for one year per the Genomics Plan. It will include a technical assistance hotline for Instrument Hardware, Software and Application Chemistry. All maintenance services shall be performed in accordance with the manufacturer's standard commercial maintenance practices. • Contractor shall perform one (1) semiannual preventive maintenance inspection during the Warranty Period. This service shall be performed by technically qualified factory trained personnel. It shall consist of a thorough cleaning, calibration, adjusting, inspection, lubrication and testing of all equipment in accordance with the manufacturer's latest established service procedures. All equipment shall be operationally tested through at least one (1) complete operating cycle at the end of the preventive maintenance inspection to assure optimum and efficient performance. • Emergency repair services shall be provided on an unlimited basis during the term of this contract at no additional cost to the government. Emergency service shall be provided during normal working hours, Monday thru Friday excluding Federal Holidays. Upon receipt of notice that any part of the equipment is not functioning properly the Contractor shall within twenty-four (24) hours furnish a qualified factory-trained service representative to inspect the equipment and perform all repairs and adjustments necessary to restore the equipment to normal and efficient operating condition. Emergency service calls shall NOT replace the necessity for scheduled PMIs. • The contractor shall furnish all required replacement parts at no additional cost to the Government, except for consumables. The parts shall be new or remanufactured to original equipment specifications. • The contractor shall provide Software Service in accordance with the manufacturer's latest established service procedures that include telephone access technical support for use of program software and troubleshooting of the operating systems, at no additional cost to the Government. The contractor shall receive advance approval for the installation of all software updates and revisions from the Government. Defective software shall be replaced at no additional cost to the Government. • The contractor shall not be responsible for any repairs necessitated by abuse, neglect, vandalism, Acts of God, fire or water. These repairs shall be the subject of a separate purchase order and shall not be performed under this contract. • Personnel shall have the minimum required level of factory training and experience in the servicing of LightCycler 480 as covered under the Warranty. All primary service personnel shall have at least one backup support with at least the same level of expertise on the equipment covered by this contract. • Period of performance shall be for 12 (month(s) starting after installation. II. Delivery: Contractor shall deliver the item(s) within 6 weeks after award to: NIH/NCI Bethesda, Maryland 20892. The Contractor that receives the award will be provided with the complete mailing address and point of contact. Upon award, contractor must notify the NCI Technical Point of Contact to schedule the delivery. III. Payment: Payment shall be made after delivery and acceptance by the Technical Point of Contact. Payment authorization requires submission and approval of invoice by the NCI COR and NIH Commercial Accounts. QUESTIONS ARE DUE: September 1, 2017 The purchase order will be awarded to the Lowest Price Technically Acceptable (LPTA). The award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for the requirements/technical specifications stated above. The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the quote. The Government reserves the right to make an award without discussions. PROVISIONS AND CLAUSES: The following FAR provisions and clauses apply to this acquisition: FAR 52.211-6 Brand Name or Equal. (Aug 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. 52.212-1 Instructions to Offerors Commercial Items (Jan 2017); 52.212-2 Evaluation Commercial Items (OCT 2014): FAR clause 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS- (Jan 2017) WITH DUNS NUMBER ADDENDUM {52.204-6 (Oct 2016)}; FAR Clause 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (Jan 2017); FAR Clause 52.212-5: CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (Jan 2017). The following FAR clauses cited in paragraph (b) of the clause at FAR 52.212-5 are also applicable to this acquisition; FAR Clause 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006) FAR Clause 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) FAR Clause 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) FAR Clause 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014) FAR Clause 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644) FAR Clause 52.219-28, Post Award Small Business Program Representation (Jul 2013) FAR Clause 52.222-3, Convict Labor (June 2003) FAR Clause 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) FAR Clause 52.222-21, Prohibition of Segregated Facilities (Apr 2015) FAR Clause 52.222-26, Equal Opportunity (Sep 2016) FAR Clause 52.222-35, Equal Opportunity for Veterans (Oct 2015) FAR Clause 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) FAR Clause 52.222-37, Employment Reports on Veterans (Feb 2016) FAR Clause 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) FAR Clause 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) FAR Clause 52.225-1, Buy American Act--Supplies (May 2014) FAR Clause 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (May 2014) Alternate II (May 2014) of 52.225-3 FAR Clause 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) FAR Clause 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) Full text copies of the representations and certifications for other cited provisions and clauses may be obtained online at the NCI website at http://ncioa.cancer.gov/oa-internet/ or from David Romley, Contract Specialist at David.Romley@nih.gov OFFERORS: Offers must be submitted on an SF-1449 with a completed 52.212-3 Offeror Representations and Certifications-Commercial Items-with DUNS Number Addendum, signed by an authorized representative of the offeror OR provide a copy of the valid certification registrations of the offeror's Central Contractor Registration (CCR) and Online Representations and Certifications Applications (ORCA) through www.sam.gov. Quotations must be received in the NCI-OA contracting office by 12:00 p.m. EST on September 5, 2017. Please refer to solicitation number N02RC72645-36 on all correspondence. Faxed quotations will NOT be accepted. Quotations may be submitted via email to David Romley, Contract Specialist at David.Romley@nih.gov. All questions shall be in writing and may be addressed to the aforementioned individual noted above. In order to receive an award, contractors must be registered and have valid certification in the System for Award Management through sam.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02RC72645-36/listing.html)
 
Record
SN04653529-W 20170901/170830231656-3a7659d8848db35ded25081c16760d3f (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.