Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 15, 2019 SAM #6590
SOURCES SOUGHT

J -- Service Agreement for Olympus Fluoview w/GaAsP

Notice Date
12/13/2019 2:12:30 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NICHD BETHESDA MD 20817 USA
 
ZIP Code
20817
 
Solicitation Number
nichd-20-018a
 
Response Due
12/19/2020 6:00:00 AM
 
Archive Date
12/26/2020
 
Point of Contact
TINA ROBINSON, Phone: 3014437796
 
E-Mail Address
robinsti@mail.nih.gov
(robinsti@mail.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 NICHD-20-018a 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 2019-06. The North American Industry Classification (NAICS) Code is 811219 and the business size standard is $20.5m. 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 procure on a sole source basis with Olympus America Inc., 3500 Corporate Parkway - Center Valley, PA 18034 a Fixed Priced Base Plus Three Options Periods Gold Service Contract/Agreement (Base Year period of performance (POP) January 1, 2020 - December 31, 2020, 1st option period POP Jan 1, 2021 through December 31, 2021, the 2nd option period POP, Jan 1, 2022 through December 31, 2022 and the 3rd option period POP Jan 1, 2023 to December 31,2023 ) for the following Olympus America Inc. manufactured instrument etc. : Fluoview FVMPE-RS (MPE-RS-DIY) w/GaAsP SN: 6F45235 Gold Service Contact/Agreement Service includes: On-site repairs Preventative Maintenance Software programs Upgrade of software programs and Covers parts, labor and travel Spectra Physics Insight Laser (Insight X3 Laser) SN: 2086Gold Service Contract/Agreement Service includes: On-site repairs Covers parts, labor and travel+ This Fluoview is a custom instrument with a core capability that is not found in other confocal microscopes; specifically, coherent anti-stokes Raman spectroscopy. This system is designed jointly by Olympus and Spectra Physics technicians and scientist at the NICHD specifically for a lab at the NICHD. No one other than these technicians even understand the system. Also, in order not to void the current warranties, Olympus personnel/technicians must provide the needed service/maintenance agreement as they are trained to provide such service and understands the instrument system thoroughly. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of the 41 U.S.C. 253(c) (1), FAR 6.302. Only one responsible source and no other supplies or services will satisfy agency requirements. 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: Understanding the Service requirements. Offers manufacturer parts and maintain existing warranties, etc.; The Offeror must include a signed agreement with Olympus America Inc authorizing that you can provide the needed services and parts/components and software for the instruments, use original equipment, adequately demonstrates any agreement and or business relationship it may have with Olympus America, manufacturer of the equipment stated under the subject solicitation, in order to provide the technical service/maintenance required. Offeror demonstrates their ability to obtain information regarding the technical specifications required to perform service/maintenance. The Offeror shall provide documentation that the service personnel have: 1) a documented track record of maintaining and servicing identical equipment in other locations, and 2) a documented track record of period factory training. The contractor shall provide documentation of how and from whom it intends to obtain necessary replacement parts. Cost/Price Evaluation proposal will be evaluated for realism and reasonableness. 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 offeror must include their Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. The clauses are available in full text at http://www.acquisition.gov/far/. Interested vendors capable of furnishing the government with the specified services in this synopsis should submit a copy of their quotation to the below address or via email to robinsti@mail.nih.gov. Offers must also be accompanied by descriptive literature, delivery timeframe, warranties and/or other information that demonstrates that the offer meets all the foregoing requirements. Offers must include enough information to establish the interested parties’ bona-fide capabilities of providing all products and services needed/necessary. Quotations will be due seven calendar days from the publication date of this synopsis or by December 19, 2019 by 9am, EST. via email to robinsti@mail.nih.gov. The quotation must reference “Solicitation number” NICHD-20-018a. Any questions must be sent via email to robinsti@mail.nih.gov and must include solicitation# NICHD-20-018a on 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
SAM.gov Permalink
(https://beta.sam.gov/opp/af5a1cf3dbb04aac9d7de4a51a3128ce/view)
 
Place of Performance
Address: 7125, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN05516848-F 20191215/191213230300 (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.