SOLICITATION NOTICE
Z -- Maintenance Services for a Beckman Coulter LX flow cytometer
- Notice Date
- 8/12/2020 9:49:55 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- DEPT OF COMMERCE NIST GAITHERSBURG MD 20899 USA
- ZIP Code
- 20899
- Solicitation Number
- 1333ND20QNB640575
- Response Due
- 8/24/2020 10:00:00 AM
- Archive Date
- 09/08/2020
- Point of Contact
- Erik Frycklund, Phone: 3019756176
- E-Mail Address
-
erik.frycklund@nist.gov
(erik.frycklund@nist.gov)
- Description
- This synopsis is hereby amended to answer questions asked by a potentional quoter.�� The due date for quotation remains unchanged. The questions and the Governments responses are as follows: Good afternoon.� My firm has the following questions in regards to the above referenced solicitation: 1. Is there a previous contract for this equipment? ������������������������ � � There is no previous contract 2. Who is the vendor currently servicing the equipment? ��������������� The manufacture�s 1 year warranty after sale.�������� Award 1333ND19PNB640793 dated 09/20/2019 3. What was the cost of the last year's contract and is this the same equipment as last year's contract?�� Not applicable 4. Is the contract available for viewing? ������������������������������������������� No, public records can be viewed at www.fpds.gov or www.usaspending.gov 5. Is there a service history available? ���������������������������������������������� There is not a service history available. � COMBINED SYNOPSIS/SOLICITATION ������������� ��������Procurement of Maintenance Services for a Beckman Coulter LX flow cytometer This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 � Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a separate written solicitation document will not be issued. This solicitation is being issued under the authority of FAR Part 13 Simplified Acquisition Procedures. �� The due date for quotation is August 24th, 2020, 1:00pm EST �������� This solicitation is a Request for Quotations (RFQ).� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-07 effective August 3rd, 2020. The associated North American Industrial Classification System (NAICS) code for this procurement shall be 811219- Other Electronic and Precision Equipment Repair and Maintenance with a size standard of $11.0M This acquisition is being procured as an unrestricted full and open competition.� The NIST, Biomaterials Group acquired a Cytoflex LX flow cytometer from Beckman Coulter designed for detection of small particles to support projects within the group and throughout the Biosystems and Biomaterials Division pertinent to microbial measurements, including microbiome and biofilm measurements, development of synthetic microbial communities, cell enumeration, antibiotic resistance and synthetic biology. The instrument has five excitation lasers, 375 nm (near-UV), 405 nm (violet), 488 nm (blue), 561 and (yellow) 638 nm (red) with an option to implement an infra-red (IR) laser resulting in� 19 fluorescent channels in addition to two scattering channels, side and forward on a total of 21 channels.� It has been used in a series of applications including in the development of two microbial reference material. For the instrument to continue performing high quality measurement, an annual maintenance contract is crucial for its continued analytical performance. Responsible quoters shall provide pricing for the following Line Item: Line Item 0001: (Base year) Annual Maintenance Services for a Beckman Coulter LX flow cytometer meeting the requirements within the attached Specifications document. Line Item 0002: (Option year 1) Annual Maintenance Services for a Beckman Coulter LX flow cytometer meeting the requirements within the attached Specifications document. Line Item 0003: (Option year 2) Annual Maintenance Services for a Beckman Coulter LX flow cytometer meeting the requirements within the attached Specifications document. Line Item 0004: (Option year 3) Annual Maintenance Services for a Beckman Coulter LX flow cytometer meeting the requirements within the attached Specifications document. Line Item 0005: (Option year 4) Annual Maintenance Services for a Beckman Coulter LX flow cytometer meeting the requirements within the attached Specifications document. Maintenance and deliveries location: All items and work shall be F.O.B. Destination to: NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY 100 Bureau Dr. Gaithersburg, MD. 20899 FOB DESTINATION MEANS: The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. ACCEPTANCE CRITERIA AND PAYMENT Government Acceptance: Acceptance will occur after the Government Technical Point of Contact has confirmed that all minimum requirements in this document have been met. Payment: Advance payment is not authorized. Partial Payments are authorized. The contractor may submit and quarterly invoices in arrears after Government acceptance has occurred. Questions regarding this Synopsis/Solicitation can be emailed to erik.frycklund@nist.gov EVALUATION CRITERIA AND BASIS FOR AWARD The Government intends to award a purchase order resulting from this solicitation to the responsible quoter whose quotation, conforming to the solicitation, is the lowest price, technically acceptable quotation. Technically acceptable means that the Contractor�s provide services meeting the minimum requirements in the requirements document. Price will be evaluated for all quoters whose quotations are determined technically acceptable. Price will be evaluated to determine that total price is consistent with the technical portion of the quotation and is a fair and reasonable overall price to the Government. The Contracting Officer may, if necessary, request revised quotation(s) prior to award.� REQUIRED SUBMISSIONS All Contractors shall submit the following: For the purpose of evaluation of Technical Acceptability: Quoters shall provide documentation that demonstrates the quoted product�s ability to meet or exceed the minimum specifications in accordance with the requirements document.� For the purpose of Price: Quoters shall provide firm-fixed price quotations for Line Items Quoters shall include a completed copy of all required solicitation provisions contained in the attached Applicable Provisions/Clauses document (required provisions are highlighted) Any award resulting from this solicitation will contain the following statement: �The Government�s terms and conditions, identified herein, shall be the prevailing terms and conditions governing this award. In the event of a conflict between the Government�s and contractor�s terms and conditions, the Government�s terms and conditions take precedence.�� If the Contractor objects to any of the terms and conditions contained in this solicitation, the contractor shall state �The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:� [Contractor shall list exception(s) and rationale for the exception(s)].� It is the sole responsibility of the Contractor to identify in their quote any exceptions to the terms and conditions of the solicitation.� If the contractor does not include such a statement, the submission of a quotation in response to this solicitation will be regarded as the Contractor�s acceptance of the Government�s terms and conditions for inclusion into the resultant purchase order as prevailing.� Quoters shall provide an active DUNS # for the System for Award Management (SAM) registration. Quoters must have an active registration at www.SAM.Gov in order to be technically evaluated.� Offerors may propose another item but must include with their proposal documentation that demonstrates that it meets the specifications.� Documentation must include drawings, diagrams, brochures or other literature that demonstrates these minimum requirements. Failure to provide documentation will cause the proposal to be unacceptable. Please note that this procurement IS NOT being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC).� If a contractor submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price.� However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the contractor�s FSS or GWAC contract, and the statement required above shall be included in the quotation; PROVISIONS AND CLAUSES: The clauses and provisions applicable to this solicitation can be found under Applicable Clauses & Provisions. The full text of a FAR provision or clause may be accessed electronically at https://farsite.hill.af.mil or www.acquisition.gov/far. �The full text of a CAR provision or clause may be accessed electronically at https://farsite.hill.af.mil or http://www.osec.doc.gov/oam/acquistion_management/policy/. ATTACHMENTS: The following attachments apply to this solicitation: 1. The Requirements Document 2. Applicable Clauses & Provisions
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/7239f2be6a574778a4d2657e283b7ae6/view)
- Record
- SN05754841-F 20200814/200812230145 (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 |