Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 07, 2019 SAM #6582
SOLICITATION NOTICE

J -- SERVICE CONTRACTS FOR ONSITE BD LABORATORY EQUIPMENT

Notice Date
12/5/2019 2:31:36 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
NIH NIAID DEA OA OFC ACQUISITIONS BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
RFQ-RML-E-2002538
 
Response Due
12/19/2019 10:00:00 AM
 
Archive Date
01/03/2020
 
Point of Contact
Janna Weber
 
E-Mail Address
janna.weber@nih.gov
(janna.weber@nih.gov)
 
Description
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-E-2002538 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) 2020-01 November 12, 2019.The North American Industry Classification System (NAICS) code for this procurement is 811219, Other Electronic and Precision Equipment Repair and Maintenance, with a small business size standard of $20.5 million. The requirement is being competed full and open competition, un-restricted and without a small business set-aside.The National Institute of Allergy and Infectious Diseases (NIAID) has a requirement for:qty 1 Svc Cont LSRFortessa SORP (No Lasers) Serial# : H647794L6054 - 2PM’sqty 1 Svc Cont OBIS 640-40 LX Red Lsr; Serial# : NO-SERIAL-10101qty 1 OBIS 405-50 LX Violet Lsr Serial# : NO-SERIAL-10102qty 1 of Svc Contr OBIS Laser Yellow Green 561/50 Serial# : NO-SERIAL-10103qty 1 of Svc Cont OBIS 488-50 LX Blue Lsr Serial# : NO-SERIAL-10104qty 1 of Svc Cont LSRFortessa SORP (No Lasers)648087 Serial# : R64717700197 - 2 PM’sqty 1 of 405-100 LX Violet Lsr Serial# : NO-SERIAL-12711 657191qty 1 of 640-100 LX Red Lsr Serial# : NO-SERIAL-12710qty 1 of SAPP 561-100 Lt Yellow Lsr Serial# : NO-SERIAL-12712 647318qty 1 of 488-100 LS Blue Lsr Serial# : NO-SERIAL-12709 660816qty 1 of FACSLyric 3 laser (5 day) Serial# : Z662382000010 661869 - 1 PMqty 1 of Universal Loader (5 Day) Customer material# : 662462 Serial# : Z662462000025 653476 OMAll responsible sources whom are certified by the manufacturer of each piece of equipment as authorized third-party repair vendors may submit a proposal showing their capabilities and past performance repairing this type of equipment. The vendor shall provide certification from the original equipment manufacturer that they are authorized to perform these services and have access to new OEM parts and supplies. Their written certification is required to be submitted with your proposal. Billing must be quarterly and monthly in arrears. Must list on quote what will not be included in the coverage. If any re-certification fees exist, please list them on the quote. Accepting quotes for all of the pieces of equipment. Service agreement also requires the preventative maintenance visits to be performed within the contract period. Full on-site agreement must cover corrective repairs on listed equipment (to include parts, labor, travel, return shipping). All service and repairs shall be performed by certified technicians and only new EOM parts shall be sued for all repairs. All software and computer updates must be OEM. All work performed shall be warranted against defects and workmanship during the performance period. POP date: 1/1/20 to 12/31/20Place of Performance: NIH, 9000 Rockville Pike, BLDG 10, Bethesda, MD 20852, United States. FOB: DestinationThe government intends to award 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 award will be based on the following; technical capability to meet the requirements and price.The following FAR provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items (Oct 2018)FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (Oct 2018)FAR 52.204-7 System for Award Management (Oct 2018)(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. (Nov 2015) is updated in your SAM record)FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (Jan 2017)52.204-24 Representation Regarding Certain Telecommunications and VideoSurveillance Services or Equipment (August 2019) *** Must complete representation if applicable and if attached to this solicitation- see attachment 52.204-24 The following FAR contract clauses apply to this acquisition: FAR 52-212-4 Contract Terms and Conditions Commercial Items (October 2018)FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (October 2019)*The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting.FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)FAR 52.204-13 System for Award Management Maintenance (Oct 2018)HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 2015)52.252-2 -- Clauses Incorporated by Reference. (Feb 1998)This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/vffara.htm 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://www.acquisition.gov/far/loadmainre.html & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax.Submission shall be received not later than December 19th, 2019 @ 1:00 pm ESTOffers may be e-mailed to Janna Weber; (E-Mail/ janna.weber@nih.gov). Offers shall include RFQ number in the subject line (RFQ-RML-E-2002538). 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 Janna Weber at janna.weber@nih.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/26683d0d285b44d3bf7c2d30ed85aeca/view)
 
Place of Performance
Address: 7125, MD 20814, USA
Zip Code: 20814
Country: USA
 
Record
SN05509907-F 20191207/191205230245 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.