SOLICITATION NOTICE
J -- DVR Autoclave Preventive Maintenance and Repair Services
- Notice Date
- 11/18/2020 10:23:54 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH OLAO BETHESDA MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- NIH-OLAO-OD1-RFQ-01105
- Response Due
- 11/19/2020 10:00:00 AM
- Archive Date
- 11/24/2020
- Point of Contact
- Anita Edwards, Phone: 3014966605
- E-Mail Address
-
anita.edwards@nih.gov
(anita.edwards@nih.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- In accordance with the terms of FAR 12.603: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with 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. (ii) This solicitation: No. NIH-OLAO-OD1-RFQ-01105 includes all applicable provisions and clauses in effect through FAR FAC 2019-03 (JAN 2019) simplified procedures for commercial items and this is an RFQ.� (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101. (iv) This acquisition is not a total small business set-aside. The North American Industry Classification System (NAICS) Code for this acquisition is 811219, and the small-business size standard is $20.5 million. (v) This is a fixed-price requirement. Offeror should be aware that the Government shall perform a best value analysis using the trade-off process. The selection for award shall be made to the Offeror whose proposal is most advantageous to the Government, taking into consideration the technical factors listed in the attachment and the total proposed price across all contract periods. (vi) The SOW and Evaluation Criteria can be found in the attached document titled ""SOW"". SCOPE: The Contractor shall provide all labor, material, and equipment and to provide preventative maintenance to the following equipment and SUMMARY: FACILITY������������� ROOM/CORRIDOR���������� MANUFACTURER������������ MODEL S/N 10A������� 219������� Amsco�� 2323����� 011918907 10A������� 319������� Getinge 133LS��� 011918906 10A������� 1.00E+110���������� BetaStar������������� VR497286-SHA-HHR������� 25488-01 10A������� 112������� BetaStar������������� 497286-SHA-HHR� ��������� 25488-01 ����������������������������������������������������������� 14A������� 138������� BetaStar������������� VR567272����������� 14A������� 139������� Getinge 72x84��� 30165 ����������������������������������������������������������� 14C������� Annex��� Getinge 152235AR����������� 5100082-10-01 ����������������������������������������������������������� 14E������� 114C����� Amsco�� 3012����� 0113997-05 14E������� 114C����� Amsco�� 250-LS�� 129383-002 14E������� 103������� Sterivap�������������� 9615-1FD������������ 5170525 ����������������������������������������������������������� 14F�������� East Corridor����� BetaStar������������� LS-648484���������� 21241-01 ����������������������������������������������������������� 28A������� NE Corridor�������� Castle��� 233LS��� 02A61838 ����������������������������������������������������������� 102������� Corridor�������������� Getinge 733LS��� 08B07782 ����������������������������������������������������������� 103������� 101������� Amsco�� 3021����� 01145880-16 103������� 418������� Getinge unknown������������ 510114601001. All maintenance service shall be performed on-site in accordance with the manufacturer's standard commercial maintenance practices. Service shall be provided during normal working hours (8am to 5pm), Monday through Friday excluding Federal Holidays. The contract shall cover service calls, travel time, labor, and any necessary approved parts. (vii) The period of performance shall include a 12-month Base Period, plus 4 (four) Option Year Periods. The following clauses apply to this acquisition: (viii) The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition and a statement regarding any addenda to the provision. (ix) The provision at 52.212-2, Evaluation-Commercial Items, is applicable. The specific evaluation criteria in paragraph (a) is included within the attachment entitled ""SOW"". (x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer, or submit a printout to their Online Reps and Certs. (xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause, as well as any addenda to the clause, are included in the attachment entitled ""Provisions for Commercial Items"". (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Applicable clauses can be found in the attachment entitled ""Provisions for Commercial Items"". (xiii) Any additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices can be found in the attachment entitled ""Provisions for Commercial Items"". There is no Defense Priorities and Allocations System (DPAS) rating assigned to this acquisition. (xiv) In order to be considered for an award, an offeror must have completed the online electronic Representations and Certifications located at https://www.sam.gov in accordance with FAR 4.1201(a). By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in SAM at https://www.sam.gov/ 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 the System for Award Management will make an offeror ineligible for award.] All responsible sources may submit an offer that will be considered by the Agency. (xv) Place of Performance Address: National Institutes of Health, Bethesda MD Postal Code: 20892 (xvi) Offers must be submitted no later than 4:00 P.M. Eastern Daylight Time on Wednesday, November 18, 2020. E-mail submissions to anita.edwards@nih.gov by required response time. Fax submissions are not authorized. Requests for further information or questions concerning this requirement must be submitted in writing to anita.edwards@nih.gov no later than 10 A. M. Eastern Daylight Time on November 12, 2020. Please allow 48 hours to respond. (xvii) Point of Contact Anita Edwards, Contracting Officer, Phone 301-496-6605. Email anita.edwards@nih.gov. The purpose of this amendment is to add the questions and reponses to�solicitation: No. NIH-OLAO-OD1-RFQ-01105 and to extend the deadline to�no later than 1:00 P.M. Eastern Daylight Time on Thursday, November 19, 2020. E-mail submissions to anita.edwards@nih.gov by required response time. � .� Please see attachment for questions and responses.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/93af6e705ff5450e8f1ed570064226a8/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN05855733-F 20201120/201118230142 (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 |