Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2018 FBO #6083
SOLICITATION NOTICE

J -- EXTENDED WARRANTY

Notice Date
7/18/2018
 
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-18-101
 
Archive Date
8/11/2018
 
Point of Contact
Verne Griffin,
 
E-Mail Address
verne.griffin@nih.gov
(verne.griffin@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-18-101 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 2005-98. The North American Industry Classification (NAICS) Code is 811219 and the business size standard is $20,500,000.00. 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) intend to contract on a sole source basis with Biotage, 10430 Harris Oaks Boulevard, Site C, Charlotte, NC 28269 USA for extended warranty of a Biotage Initiator+ Alstra. EXTENDED WARRANTY PLAN It includes All service parts, Travel & Labor; Non-Optional system upgrades - HW & SW; Required system calibrations; Unlimited toll-free phone and email support; Manufacturer factory-trained technicians; and all service is in response to system failure (no PM). Biotage, Inc. is responsible for all shipping and handling. Base period of 1 year after award with four (4) one-year option periods available. DESCRIPTION OF REQUIREMENT SER-IA-EXW Extended Warranty 12-month extension - Biotage Initiator+ Alstra SER-0ZZ3-TR Zone 3 Travel 101 - 200 miles Pre-Inspection SER-002-LR Service Onsite Labor Rate - Pre-Inspection SER-IA-SAP Option Year 1 - Service Agreement - Priority Biotag Initiator+ Alstra SER-IA-SAP Option Year 2 - Service Agreement - Priority Biotag Initiator+ Alstra SER-IA-SAP Option Year 3 - Service Agreement - Priority Biotag Initiator+ Alstra SER-IA-SAP Option Year 4 - Service Agreement - Priority Biotag Initiator+ Alstra This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: certification to provide OEM service and parts, unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin). The offeror must include their Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." 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; 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 clauses are available in full text at http://www.acquisition.gov/far/. Interested vendors capable of furnishing the government with the all the products and or services specified in this synopsis should submit a copy of their quotation to the below address or via email to verne.griffin@nih.gov. Offers must also be accompanied by descriptive literature, delivery timeframe, warranties and/or other information that demonstrates that the offer meets all of the foregoing requirements. Quotations will be due July 27, 2018 by 11:00 am EST. via email or postal mail. The quotation must reference "Solicitation number" NICHD-18-101. 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, Room MSC 1159A, Bethesda, MD 20892. Note: Fed Ex/Ups/other courier use 20817. Attention: Verne Griffin, by the date and time mentioned above. Any questions must be sent via email to verne.griffin@mail.nih.gov and must include solicitation#NICHD-18-101 in the subject line of email. Faxed copies/responses will not be accepted. Note: In order to receive an award, contractor must be registered and have valid certification for all awards in the SAM database @www.sam.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDDKD/NICHD-18-101/listing.html)
 
Record
SN04996308-W 20180720/180718230737-825134e677efbf5aeb55b506bc05269c (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.