Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 05, 2020 SAM #6611
SOLICITATION NOTICE

J -- Annual Maintenance Agreement for service/repair for the FACSymphony A5 Flow cytometer and the FACSAria 11- 3 Laser System equipment

Notice Date
1/3/2020 9:57:21 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
RFQ-RML-C-2000722
 
Response Due
1/17/2020 8:00:00 AM
 
Archive Date
02/01/2020
 
Point of Contact
Diana Rohlman, Phone: 4063639366, Suzanne Miller, Phone: 4063639445
 
E-Mail Address
diana.rohlman@nih.gov, millers2@niaid.nih.gov
(diana.rohlman@nih.gov, millers2@niaid.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-C-2000722 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 2020-02 December 23, 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 $22 million. The acquisition is being compete full and open with no small business restriction. Description of the Requirement: The National Institute of Allergy and Infectious Diseases (NIAID), RTS (research Technology Section, is currently seeking sources capable of providing an annual maintenance agreement for service/repair for the FACSymphony A5 Flow cytometer and the FACSAria 11- 3 Laser System equipment, both manufactured by BD Biosciences. Also, please note that the lasers included on the equipment are original lasers and have not been upgraded. Age of equipment is one year. �Equipment is held within BSL2 and BSL3 Laboratories. �� Please see the attachments for the equipment list (includes all serial and part numbers) equipment information, and the attached definition of the manufacturers service plan and needed options from manufacturer�s website. The period of performance for the base year of this requirement is 01/23/2020 � 01/22/2021. (Base Year) The government intends to award this contract as a base year, plus one option year, firm fixed price, in accordance with FAR 52.217-5. (Option 1 01/23/2021 � 01/22/2022 All interested parties should submit quotes based on the criteria detailed in the attached description of the manufacturers service plan and needed options attached to this RFQ. � Offerors must quote a total annual service price for the base year and one option year. Offerors must list all requested service plan options on quote. All responsible sources who are certified by BD Biosciences as authorized third-party repair vendors may submit a quotation showing their capabilities and past performance repairing this type of equipment. The vendors shall provide a guarantee that only OEM parts and supplies will be used, and only certified technicians will perform repairs. All responsible sources may submit a response that will be considered. This documentation will need to be provided at the time of quote submission.� The 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 evaluation criteria; technical capabilities, key personnel and staffing, past performance, price and the best value to the government. �Please provide brief details for each criterion with your quote. See below: Evaluation Criteria: The following factors shall be used to evaluate the offer: 52.212-2 Evaluation -- Commercial Items (Oct 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the service offered to meet the Government requirement; The Government will evaluate the extent to which the Offeror�s proposal demonstrates the level of knowledge and understanding of the technical requirements and the tasks to be performed. �Understanding includes the ability of the offeror to: Provide a technical plan that demonstrates an understanding of the scope and objectives of the tasks as outlined in Basic Maintenance Option. (ii)price; The Government will review the offeror proposal to determine if it is fair and reasonable based on market prices and historical prices. �Option year prices will be included in this review. (iii) key personnel and staffing: �The offeror shall submit resumes of all service provider personnel and identify the point of contact for service. The contractor must demonstrate the applicability of skills and experience with respect to the tasks delineated in the SOW. The contractor must be able to ensure that personnel are currently available and/or committed to the contract as of the start of the proposed period of performance. Offeror must demonstrate that they have adequate personnel to respond to concurrent services calls in multiple buildings without compromising facility health status.� (iii) past performance / relevant experience (see FAR 15.304); The offeror shall provide past performance providing similar services within the past five years. �Information shall include what was provided to whom to include contact information, phone and email address. Offeror must demonstrate that they have provided similar services in research environments and demonstrate an understanding of the requirement to provide service on equipment in varying levels of bio-containment. �Offeror must demonstrate that they have a working knowledge of the type of equipment listed in the SOW.� The following FAR provisions apply to this acquisition:� FAR 52.212-1 Instructions to Offerors Commercial Items (Jan 2017) 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. (Dec 2014) 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 Video Surveillance Services or Equipment (August 2019) Must complete representation - see attachment 52.204-24 52.252-1 -Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil/vffara.htm The following FAR contract clauses apply to this acquisition: FAR 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Jan 2017) FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. FAR 52.204-13 System for Award Management Maintenance (Oct 2018) FAR 52-212-4 Contract Terms and Conditions Commercial Items (Oct 2018) FAR 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Oct 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) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (January 2010) 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 no later than 9:00 am mountain standard time on January 17, 2020.� Offers may be mailed, e-mailed to Diana Rohlman; (E-Mail/ diana.rohlman@nih.gov). Please reference the �RFQ-RML-C-2000722 �in the subject line of email.� 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 Diana Rohlman at diana.rohlman@nih.gov. �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c5b69c4d7fee47818d6167d1076102e7/view)
 
Place of Performance
Address: Hamilton, MT 59840, USA
Zip Code: 59840
Country: USA
 
Record
SN05526531-F 20200105/200103230131 (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.