Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 27, 2020 SAM #6938
SOLICITATION NOTICE

J -- Annual Service Agreement for BD Equipment

Notice Date
11/25/2020 7:07:30 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
NIH NIAID DEA OA OFC ACQUISITIONS BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
RFQ-NIAID-2050239
 
Response Due
12/9/2020 10:00:00 AM
 
Archive Date
12/24/2020
 
Point of Contact
Janna Weber
 
E-Mail Address
janna.weber@nih.gov
(janna.weber@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-D-2050239 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) 2021-01 October 01, 2020. 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 of $22.0 Million. The requirement is being competed full and open competition, un-restricted and without a small business set-aside. The National Institute of Allergy and Infectious Diseases (NIAID) has a requirement for: Complete yearly service plan on: Instrument SERIAL NO BD FACSCanto II V96100167 BD FACSCanto II V33896201685 BD LSR II Cytometer H47600096 BD HeNe Laser �3091 BD Violet Laser �9294 BD LSRFortessa 3 laser system H64922500159 BD FACS Flow Supply System N3492774973 BD LSRFortessa SORP H647794L6054 BD OBIS 640-40 LX Red Lsr �10101 BD OBIS 405-50 LX Violet Lsr �10102 BD OBIS Yellow Green 561/50 �10103 BD OBIS 488-50 LX Blue Lsr �10104 BD LSR Fortessa SORP R64717700197 BD FACS Flow Supply System N3492775429 BD High Throughput Sampler �U3386590760286 BD OBIS 405-100 LX Violet Lsr �12711 BD OBIS 640-100 LX Red Lsr �12710 BD SAPP 561-100 Lt Yellow Lsr �12712 BD OBIS 488-100 LS Blue Lsr �12709 BD FACS Lyric Z662382000010 Universal Loader (5 Day) Z662462000025 BD FACSCelesta SORP �R66093300009 BD FACSFlow Supply System�(for FACSCelesta SORP)�������������������������� N3492775522 BioRad 488-20 blue laser 12981� BioRad 640-40 Red laser �12982 BioRad 405-50 Violet laser �12983 BD OBIS 561-50 Y/G laser �12984 POP dates of 1/1/2021 to 12/31/2021, Service agreement also requires the preventative maintenance visits to be performed within the contract period.� Full on-site agreement must cover each piece of equipment listed above.� All service and repairs shall be performed by Becton Dickinson Factory Certified Technicians and OEM parts shall be used for all repairs. All software updates must be OEM.� All work performed shall be warranted against defects and workmanship during the performance period.� Genuine OEM Software Updates and maintenance Genuine OEM parts are required for all repairs and preventative maintenance. � Preventative Maintenance shall be performed in accordance with OEM guidelines. All repairs must come with confirmation that the system is performing in accordance with the manufacturer�s performance standards. Place of Performance: NIH, 9000 Rockville Pike, Bethesda, MD 20892, United States.� FOB: Destination 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; technical capability to meet the requirements and price. The following FAR provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items (June 2020) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (AUG 2020) 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. (Nov 2015) 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 (AUG 2020) *** Must complete representation if attached to this solicitation- see attachment 52.204-24 The following FAR contract clauses apply to this acquisition: 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 2020) *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) FAR 52.204-13 System for Award Management Maintenance (Oct 2018) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 2015) 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 not later than December 9th, 2020 @ 1:00 EST Offers may be mailed, e-mailed or faxed to Janna Weber (E-Mail/ janna.weber@nih.gov). Offers shall include RFQ number in the subject line (RFQ-NIAID-2050239). 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 Janna Weber, janna.weber@nih.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9a9c65929cd440719c1326ae0b5bfe58/view)
 
Place of Performance
Address: Bethesda, MD 20814, USA
Zip Code: 20814
Country: USA
 
Record
SN05861105-F 20201127/201125230136 (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  © 1994-2020, Loren Data Corp.