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
SOURCES SOUGHT

J -- SERVICE CONRACT

Notice Date
12/6/2019 6:23:40 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
NIH, NICHD, OD OAM OFC ADMIN MGMT BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N94020Q00001
 
Response Due
12/16/2019 8:00:00 AM
 
Archive Date
12/17/2019
 
Point of Contact
Verne Grifin, Phone: 301-594-7730, Kyle Wisor, Phone: 301-827-7736
 
E-Mail Address
verne.griffin@nih.gov, kyle.wisor@nih.gov
(verne.griffin@nih.gov, kyle.wisor@nih.gov)
 
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 RFQ-75N94020Q00001 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 2005-99. The North American Industry Classification (NAICS) Code is 811219 with a size standard of 1000. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. The National Institutes of Health (NIH), National Institute of Digestive, Diabetes & Kidney Diseases (NIDDK) has a requirement to procure a Bronze Support Plan, for HiSeq 3000.The NIDDK Genomics Core Laboratory provides next-generation sequencing (NGS) services for the entire Institute. The HiSeq 3000 sequencing instruments are used to provide those services and are responsible for ~90% of the NGS data generated by the Core. Continuous operation of these instruments is essential to our user base. We require a maintenance contract to minimize disruptions in our NGS service. Responses to this notice shall contain enough information to establish the interested parties bona-fide capabilities for fulfilling the requirement and include certification by the OEM that you are authorized to provide services. Details:HiSeq 3000 Bronze Support Plan Includes full coverage for parts, labor, and travel. Remote Technical Support 8x5 w/ 4-hr response; 3 business day on-site response target; control SW and HW updates; on-site applications support; discounts on advanced training; remote monitoring available. Reagent replacement not included.The offeror must include a completed copy of the following provisions: 1) FAR Clause 52.212-1 Instructions to Offerors - Commercial items; 2) FAR Clause 52.212-2, Evaluation - Commercial Items. As stated in FAR Clause 52.212-2 (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be advantageous to the Government, price and other factors considered. The following factors will be used equally to evaluate offers: Technical Evaluation, Price, and Past Performance. The Government will make award based on Best Value.Note: Past Performance Information: Vendors must submit a listing of the most recent contracts/awards (minimum of 3) which demonstrate similar work in nature to this Solicitation. Contracts/awards may include those entered with the Federal Government, state and local governments and commercial concerns. Include the following information for each contract or subcontract: Name of Contracting Organization Contract Number (for subcontracts provide the prime contract number and the subcontract number) Contract Type Total Contract Value Description of Requirement Contracting Officer’s Name and Telephone Number Program Manager’s Name and Telephone Number3) FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items; 4) FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items; 5) FAR Clause 52-212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items - Deviation for Simplified Acquisitions. The Dun and Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN) and the certification of business size shall be included. The clauses are available in full text at http://www.arnet.gov/far.Interested vendors capable of providing the Government with the items specified in this synopsis should submit their quotation to the below email address. Quotations will be due 11:00AM EST December 16, 2019. Offerors shall send the quotation/proposal to Verne Griffin at verne.griffin@nih.gov. The quotation must reference Solicitation number RFQ-75N94020Q00001. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. 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 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.”Faxed copies will not be accepted.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a61d1c3cf59148f8a49c74d98305edb7/view)
 
Place of Performance
Address: 7125, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN05511382-F 20191208/191206230253 (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.