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 -- JEM-1400 Microscope Service

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, Nat'l Institute of Diabetes, Digestive, & Kidney Diseases, 2 Democracy Plaza, Suite 700W, 6707 Democracy Blvd., MSC 5455, Bethesda, Maryland, 20892-5455
 
ZIP Code
20892-5455
 
Solicitation Number
NICHD-18-028
 
Archive Date
3/29/2018
 
Point of Contact
Tina Robinson, Phone: 301-443-7796
 
E-Mail Address
robinsti@mail.nih.gov
(robinsti@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation number is NICHD-18-028 and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2005-97. The North American Industry Classification (NAICS) Code is 811219 and the business size standard is $20.5M. However, this solicitation is not set aside for small business. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. Eunice Kennedy Shriver National Institute of Child Health and Human Development (NICHD) intends to contract on a sole source basis with JEOL USA INC - 11 Dearborn Road - P.O. Box 6043 - Peabody, MA 01961 to procure a one-year service agreement (5/20/2018-5/19/2019) for the JEM-1400 system and accessories/components as follows: 1.MDL: JU2008312 JEM-1400 TRANSMISSION ELECTRON MICROSCOPE - SN: EM18470095 - Quantity (1) EA 2.MDL: 239232 - EM-21010 COMMON SPECIMEN HOLDER - Quantity (1) EA 3.MDL: 814816908 - SEG SIDE ENTRY GONIOMETER, FOR 1400,2100,2100F,2200FS AND 2500SE - Quantity (1) EA 4.MDL: 731-LX2-A2-6XXXAX-M202 - CHILLER, LX2 AIR COOLED SN: HB31408 - Quantity (1) EA JEOL USA, INC is the sole factory authorized provider of service and sales in the United States and Canada. A typical JEOL service engineer is a graduate of an accredited Technical Institute, having a least an Associate Degree in Electrical Engineering or the equivalent. Initially, the engineer receives approximately seven weeks of formal instruction at the JEOL Training Center as well as individualized instrument training. These classes are interspersed with extensive field training under direct supervision of senior service engineers. Engineers return periodically to the JEOL Training Center for additional training whenever new equipment or new techniques are introduced. Factory training and JEOL training center instruction in maintaining JEOL instrumentation are available only to current, qualified JEOL Service Engineers. In order to comply with the maintenance, contract the instrument must be service by Jeol. Jeol do not accept/take purchase orders from third party vendors. The service agreement provides the following (but not limited to) benefits: •Routine and Preventative Maintenance - up to two routine maintenance visits per year during Jeol's business hours of 8:30AM to 5:00PM, Monday through Friday, holidays excluded. Visits shall include work deemed necessary to assure long-term performance and reliability to include corrective service at this time for malfunctioning systems per Jeol discretion. •Unlimited telephone support for remote troubleshooting •No charge for several defective replacement parts •Maintenance sessions including: repair, maintenance and calibration - repair parts included •Jeol's Field Service Engineers trained to conduct all the services on the products listed above, no outside service engineers allowed/accepted to provide service, thus service quality is guaranteed •Unlimited Emergency Visits/Service - guaranteed response time of next regularly scheduled business day whenever the instrument becomes inoperable or does not perform to specifications due to failure associated w/instrument - a factory certified/trained Jeol engineer will make the appropriate repairs •Dedicated account manager, call history tracking The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of the 41 U.S.C. 253(c) (1), FAR 6.302. This notice of intent is not a request for competitive quotations. The offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. The provisions of FAR Clause 52.212-1 Instructions to Offerors - Commercial Items; FAR Clause 52.212-2, Evaluation - Commercial Items factors such as: technical capability to provide all services as per solicitation /parts, price and past performance. Technical capability and past performance, when combined, are significantly more important than cost/price; FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items - Deviation for Simplified Acquisitions applies to this acquisition. The offeror must include their Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. The clauses are available in full text at http://www.acquisition.gov/far/. Interested vendors capable of furnishing the government with the service specified in this synopsis should submit a copy of their quotation to the below address or via email to robinsti@mail.nih.gov. Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing all products or service needed. Responses must be accompanied by descriptive literature, warranties and/or other information that demonstrates that the offer meets all the foregoing requirements. Quotations will be due w/in fifteen calendar days from the publication date of this synopsis or by March 22, 2018 by 9:00 am EST. via email or postal mail or other mailing services. The quotation must reference "Solicitation number" NICHD-18-028. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Quotations sent by postal mail or other mailing services must be submitted to the following address: Eunice Kennedy Shriver National Institute of Child Health and Human Development, 6710B Rockledge Drive, MSC 1159B, Bethesda, MD 20892. Attention: Tina Robinson, by the date and time mentioned above. Any questions must be sent via email to robinsti@mail.nih.gov and must include solicitation# NICHD-18-028 in the subject line of email. Faxed copies/responses will not be accepted. Note: In order to receive an award, contractor must have an active registration for all awards in the SAM database @www.sam.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDDKD/NICHD-18-028/listing.html)
 
Place of Performance
Address: National institutes of Health, 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04847897-W 20180310/180308231459-01cf5f98e887a74059a9da096d16466e (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.