Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 10, 2018 FBO #5951
SOLICITATION NOTICE

J -- Maintenance Agreement for Scan Module LSM 880 Microscope

Notice Date
3/8/2018
 
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 on Drug Abuse, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
 
ZIP Code
20892-9559
 
Solicitation Number
HHS-NIH-NIDA(AG)-CSS-18-095
 
Archive Date
3/29/2018
 
Point of Contact
Jermaine Duncan, Phone: 3018277515
 
E-Mail Address
jermaine.duncan@nih.gov
(jermaine.duncan@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS / SOLICITATION NON-COMPETITIVE Solicitation Number: HHS-NIH-NIDA(AG)-CSS-18-095 Title: Maintenance Agreement for Scan Module LSM 880 Microscope The National Institute on Drug Abuse (NIDA), Office of Acquisition, Contracts Management Branch Blue, on behalf of the National Institute of Aging intends to negotiate and award a purchase order without providing for full and open competition (Including brand-name) to Carl Zeiss Microscopy, LLC 1 Zeiss Drive Thornwood, NY 10594-1939 for microscope maintenance support services under the authority of FAR 6.302. ALL RESPONSIBLE SOURCES MAY SUBMIT A CAPABILITY STATEMENT, PROPOSAL, OR QUOTATION BY THE CLOSE DATE OF THIS COMBINED SYNOPSIS SOLICITATION, WHICH SHALL BE CONSIDERED BY THE AGENCY. A DETERMINATION BY THE GOVERNMENT NOT TO NEGOTIATE EXCLUSIVELY WITH THIS PROPOSED CONTRACTOR BASED UPON RESPONSES TO THIS NOTICE IS SOLELY WITHIN THE DISCRETION OF THE GOVERNMENT. INFORMATION RECEIVED WILL NORMALLY BE CONSIDERED SOLELY FOR THE PURPOSE OF DETERMINING WHETHER TO CONDUCT A COMPETITIVE PROCUREMENT. (i)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii)This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5-Simplified Procedures for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. (iii)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-97 dated 1/24/2018. (iv)The associated NAICS code 811219 and the small business size standard $20.5 million. This requirement has no set-aside restrictions. (v)Independently and not as an agent of the Government the Contractor shall furnish all the necessary services, qualified personnel, material, equipment, not otherwise provided by the Government as needed to perform preventative maintenance on the Scan Module LSM 880 Microscope S/N 2802000303 instrument with Airycan. This instrument is located The National Institute on Aging, Laboratory of Cardiovascular Science, Room 1B209, 251 Bayview Blvd., Baltimore, MD 21224 (vi)The Proper function of the Zeiss LSM 880 confocal microscope system with Airyscan is essential for the research program and goals of the Laboratory of Cardiovascular Sciences of the NIA. Only expert and dedicated personal that were trained to service Zeiss LSM 880 confocal microscopes have the necessary expertise, hardware and software to properly maintain this delicate equipment. The Zeiss LSM 880 with Airyscan is a key component of the Laboratory of Cardiovascular Sciences (NIA) research and is essential to the mission of the NIA. Keeping this sensitive research systems at top working condition cannot be compromised and can only be achieved by expert maintenance that only Zeiss Inc. can provide. It is for this reason that we require a preventative maintenance contract for this equipment for a base and three (3) option years. (vii)The anticipated period of performance is as follows: Base Year3/22/2018 - 3/21/2019 Option Year 13/22/2019 - 3/21/2020 Option Year 23/22/2020 - 3/21/2021 Option Year 33/22/2021 - 3/21/2022 (viii)The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (ix)The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability of key personnel offered to meet the Government requirement; (ii) past performance; and (iii) price. Technical and past performance, when combined, are significantly more important than cost or price. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x)The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. (xi)The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii)FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. (xiii)The following additional contract requirement(s) or terms and conditions as determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices. Not Applicable (xiv)The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xv)Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria. The price proposal must include the labor categories, an estimate of the number of hours required for each labor category, fully loaded fixed hourly rate or each labor category, breakdown and rationale for other direct costs or materials, and the total amount. In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." All responses must be received by March 14, 2018 at 4:00pm EST and reference number HHS-NIH-NIDA(AG)-CSS-18-095. Responses must be submitted electronically to Jermaine Duncan at jermaine.duncan@nih.gov Fax responses will not be accepted. (xvi)The name and telephone number of the individual to contact for information regarding the solicitation. Jermaine Duncan, jermaine.duncan@nih.gov (301)827-7515.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA(AG)-CSS-18-095/listing.html)
 
Record
SN04847825-W 20180310/180308231420-6d2d1f4bbe7c028e999c2ec90e1d4ed6 (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.