Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 27, 2018 FBO #5999
SOLICITATION NOTICE

66 -- 1 Year Service and Support Contract for One (1) DNA Analyzer ABI Prism 3730XL and One (1) 7900HT SEQUENCE DETECTION SYSTEM - Package #1

Notice Date
4/25/2018
 
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 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-1902743
 
Archive Date
5/24/2018
 
Point of Contact
Diana Rohlman, Phone: 4063639366, Suzanne Miller, Phone: 406-363-9445
 
E-Mail Address
diana.rohlman@nih.gov, millers2@niaid.nih.gov
(diana.rohlman@nih.gov, millers2@niaid.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
BRAND NAME JOFOC FAR CLAUSE 52.212-5 This notice is a combined synopsis/solicitation for commercial items using Simplified Acquisition Procedures. This acquisition will be made 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 (a written solicitation will not be issued) and quotes are being requested. The Solicitation number is RFQ-RML-C-1902743 and the solicitation is issued as a Request for Quotes (RFQ). This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures (SAP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular ( FAC 2005-97_1-1-18.PDF AS OF (04-19-18) The North American Industry Classification System (NAICS) code for this procurement is 811219, with a small business size standard of $20.5 M. The small business set aside is dissolved for this requirement. The National Institute of Allergy and Infectious Diseases (NIAID) Research Technology Section has a requirement for a renewal of the service and support contract for the DNA Analyzer ABI Prism 3730XL (S#17119-011) and the 7900HT Sequence Detection System (S#100125) Period of Performance 05/14/2018 - 05/13/2019 Place of Performance: NIH /Rocky Mountain Laboratories, 903 S 4th St, Hamilton, Montana, United States. Instruments requiring the Service Contract are: DNA Analyzer ABI PRism 3730 XL S#17119-011, 1 YEAR SERVICE & SUPPORT AGREEMENT 1PM & 7900HT SEQ DETECTION SYSTEMS W/ROBOT AB assurance 1 PM. 1 YEAR SERVICE AGREEMENT Service shall include: Parts, labor and travel for remedial repairs. Service to include 1 Preventative Maintenance visit during the period of contract for each instrument. Guaranteed priority response time of 2 business days after receipt of a service call. Guaranteed response time of 3 business days to complete remedial repairs. All work shall be performed by Life Technologies Factory Certified Technicians....no exceptions. All repairs shall use original equipment manufacturer parts (OEM)....no exceptions. Priority telephone and email access to instrument technical Support, Monday thru Friday, excluding holidays, from 8:00 a.m. - 5:00 p.m. Telephone and email access to application technical support Monday thru Friday, excluding holidays, from 8:00 a.m. - 5:00 p.m. Remote Monitoring and Dx Service, which provides for notification to customer of instrument failures or errors that are reported by AB's Remote Monitoring software. Period of performance is 05/14/2018 - 05/13/2019 Service agreement also requires one (1) preventative maintenance visit(s) to be performed within the contract period for both instruments. All responsible sources who 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 vendors shall provide certification from original equipment manufacturer that they are authorized to perform these services and have access to OEM parts and supplies. All responsible sources may submit a response that will be considered. 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. FOB Point shall be Destination; Hamilton, MT 59840 The Government intends to award a single purchase order to cover both instruments. The government intends to a firm fixed price purchase order to the responsible contractor as a result of this RFQ that will include the terms and conditions set forth herein The following FAR provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items (Oct 2014) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (Nov 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 (Please ensure 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Dec 2014) is updated in your SAM record) FAR 52.204-7 System for Award Management (July 2013) FAR 52.203-19 - Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements. The following FAR 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. FAR 52.204-18 Commercial and Government Entity Code Maintenance (Nov 2014) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.204-13 System for Award Management Maintenance (July 2013) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (January 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 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 05/09/18, 9:00 AM MOUNTAIN TIME. Offers may be mailed, e-mailed to diana.rohlman@nih.gov Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f) All responsible sources may submit an offer that will be considered by this Agency. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Diana Rohlman @ diana.rohlman@nih.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/RFQ-RML-C-1902743/listing.html)
 
Place of Performance
Address: ROCKY MOUNTAIN LABORATORIES, HAMILTON, Montana, 59840, United States
Zip Code: 59840
 
Record
SN04900981-W 20180427/180425230936-35c0af51e5d71e51442bd09d5695a1a4 (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  © 1994-2020, Loren Data Corp.