Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 08, 2019 SAM #6583
SOLICITATION NOTICE

J -- Maintenance, Repair and Rebuilding of Equipment / BD FACSAria II SORP

Notice Date
12/6/2019 10:01:23 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIAID BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
NIAID-RFQ-20-1992606
 
Response Due
12/16/2019 8:00:00 AM
 
Archive Date
12/31/2019
 
Point of Contact
Tonia Alexander, Phone: 2406695124
 
E-Mail Address
talexander@niaid.nih.gov
(talexander@niaid.nih.gov)
 
Description
This notice is a combined synopsis/solicitation Request for Quotation NIAID-RFQ-20-1992606 for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect with the Federal Acquisition Circular 2020-01 dated November 12, 2019. The National Institute of Allergy and Infectious Diseases, Vaccine Research Center (VRC) is requesting to procure a service agreement for two (2) Becton Dickinson FACSAria II SORP (No Lasers), (serial #P46900011 and #P11000013), and eight (8) Lasers that includes: Sapphire 488-100 Blue Lsr (2 each), COMP 315-150 Green Lsr (2 each), MPB 628-200 Red Lsr (2 each), and COMP 405-100 Violet Lsr (2 each). FAR Part 12 - Acquisition for Commercial Items and FAR Part 13 - Simplified Acquisition Procedures will be used for this acquisition. This acquisition will be made pursuant to the authority in FAR Part 13.501(a)(1).Only one award will be made as a result of this solicitation. This acquisition will be awarded as a firm-fixed price type of contract, and is not a small business set-aside. The associated North American Industry Classification System (NAICS) Code is 811219, with the size standard of $22.0 in millions.Period of performance is for one (1) year starting January 1, 2020 - December 31, 2020. Services shall be performed in Bethesda, Maryland 20892.The following apply to this acquisition:FAR Part 52.212-1 Instructions to Offerors - Commercial ItemsFAR Part 52.212-3 Offeror Representations and Certification - Commercial ItemsFAR Part 52.212-4 Contract Terms and Conditions - Commercial ItemsFAR Part 52.212-5 Contract Terms and Conditions Required to Implement Status or Executive Orders - Commercial Items (see attached)FAR Part 52.204-7 System for Award ManagementFAR Part 52.204-13 System for Award MaintenanceFAR Part 52.204-16 Commercial for Government Entity Code ReportingFAR Part 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services of EquipmentFAR Part 52.232-40 Providing Accelerated Payments to Small Business and SubcontractorsBy reference the Department of Health and Human Services Acquisition Regulation (HHSAR)352.222-70 - Contractor Cooperation in Equal Employment Opportunity Investigations352.239-73 Electronic and Information Technology Accessibility Notice. The VRC is responsible for the advanced technological method development, validation and testing of samples from clinical trials. The work of VRC involves the use of the flow cytometry to develop multi-parameter assays to assess T-cell function and to measure the cross-reactive potential of vaccine induced T-cell responses. The FACSAria II SORP flow cytometers and the lasers are comprised of multiple components and in daily use within the VRC, which arrangements for repair and/or upgrades must be immediately available in order to prevent loss of research and to maintain continuity of experiments. Quality of experimental results may be compromised and time lost due to the need to repeat experiments to confirm experimental results if the instruments fail. The requested coverage of the service agreement for the two (2) Becton Dickinson FACSAria II SORP (No Lasers) consists of the following: original equipment manufacturer (OEM) parts, labor and travel for remedial repair, 2 Preventative Maintenance (PM) inspections to be performed during twelve-month period, 2 PM Kits, proprietary software revisions released during the twelve-month period, unlimited service visits, Monday-Friday, unlimited telephone support for instruments, reagents, and applications at no additional charge, and onsite response within 48 hours of a request for emergency on-site service Monday - Friday. NIAID will evaluate quotes to determine the best value to the government. NIAID will make a Best Value Determination based on the capability of each offeror’s quote to provide all requested products/services and meet the required technical specifications at a reasonable price.All responsible sources who can provide the required service agreement may submit a response that could be considered by email (subject line to reference NIAID-RFQ-20-1992606) to Tonia Alexander at talexander@niaid.nih.gov, by 11:00 am eastern standard time (EST) Monday, December 16, 2019. All information furnished must be in writing and must contain sufficient detail to allow NIAID to determine if it can meet the above specifications described herein. By submission of an offer, the Offeror confirms 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. Note: Lack of registration in SAM will make an Offeror ineligible for award. Quotes must be received by the reference date of December 16, 2019 and time of 11:00am EST. Any quotation received by NIAID after this date and exact time specified is late and will not be considered.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6b7d1a0027e34f3e924bbca2f3f3dcb4/view)
 
Place of Performance
Address: 7125, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN05510931-F 20191208/191206230250 (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.