SOLICITATION NOTICE
J -- System maintenance service agreement for Sony Biotechnology Cell Sorter
- Notice Date
- 3/2/2021 8:34:08 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-NIAID-2056548
- Response Due
- 3/11/2021 11:00:00 AM
- Archive Date
- 03/26/2021
- Point of Contact
- ANGELA STANTON, Phone: 4068026194, Laura Grey, Phone: 4063759812
- E-Mail Address
-
angela.stanton@nih.gov, laura.grey@nih.gov
(angela.stanton@nih.gov, laura.grey@nih.gov)
- Description
- Beta.sam.gov Synopsis 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-NIAID-2056548 and the solicitation is issued as a Request for Quotes (RFQ). This acquisition will be awarded 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) 2021-03 February 16, 2021. The North American Industry Classification System (NAICS) code for this procurement is 811219, Other Electronic and Precession Equipment Repair and Maintenance, with a small business size standard of $22,000,000.00. 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 an annual Maintenance agreement on the Sony Biotechnology MA900 Cell Sorter, see below for equipment description and Serial numbers: MA900 Cell Sorter, SN: 0714024 Technicians are required to go through a security screening when accessing the NIH Bethesda Campus. The Sony Sorter MA900 is located in a Bio Safety Level 2 (BSL2) laboratory and technicians should be trained to work in this type of environment. Information regarding security at the NIH can be found in the link below. https://www.nih.gov/about-nih/visitor-information/campus-access-security This plan will include both hardware and software coverages. The minimum service requirements include: Demonstrate the technical operations of CHI�s Sony Sorter MA900 upon request.� This includes both the operations of the hardware and software features. Provide the required parts, and labor to maintain and repair the Sony Sorter MA900. Perform all necessary software and hardware updates for the Sony Sorter MA900 when the manufacturer issues an update to the insturments hardware or software. Onsite repairs hours Monday � Friday 8:00 am -5:00 pm EST, excluding federal holidays. Remote support should be supplied Monday � Friday 12:00pm � 8:00pm EST. On-site service performed within 72 hours of the Government�s request. (The Contractor will cover all labor and travel for its representatives). Work shall be performed by an OEM factory-trained representative with documentation certified by Sony Biotechnology (Contractor must show proof of legal access to Sony Biotechnology software licenses). Quote Instructions If you are a third-party offeror and are using OEM certified technicians, documentation will need to be provided verifying that OEM will dispatch their service engineers, under your contract, for this Bio Safety level. Indicate the order of priority in which repairs will be scheduled. (For example, if the vendor serves multiple clients, which clients, if any, take precedence over others.� If there is a tier-based system that prioritizes certain clients or certain types of repairs over others, indicate at what tier or priority of service that is being quoted.)�� Indicate the nature of software updates/revisions during the service period. Include when they will be implemented (for example, will revisions/updates be provided and released to NIAID, during PM visits only, upon immediate release, or on another schedule) Provide End User License Agreement (EULA) if applicable Quote must include all service terms, conditions, and exclusions as a part of, or as an attachment to the quotation. Signed 52.204-26, 889 compliance form must be returned with your quotation. Quote must include response to all minimum service requirements and instructions for the quote to be accepted responsive. Period of Performance: 03/17/2021 � 03/16/2022 Place of Performance: NIH/NIAID/RNL, 9000 ROCKVILLE PIKE BETHESDA, MD 20892, United States.� FOB: Destination *Please include your DUNS number *Include response to FAR 52.204-26 attachment and return with quote. Please include 52.204-24 if applicable. Submission shall be received not later than March 11, 2021 at 2:00 pm eastern standard time. 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 purchase order award will be awarded to the vendor who�s quote represents, the best value to the government, with regard to price and the capabilities of meeting the required service requirements listed above. The following FAR provisions apply to this acquisition: FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020) FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Nov 2020) FAR 52.212-1 Instructions to Offerors Commercial Items (Jun 2020) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (Oct 2020) 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) The following FAR contract clauses apply to this acquisition: FAR 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011) 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 (Jan 2021) *The applicable subparagraphs are included in the attachment to this posting. 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 (Aug 2020) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (Dec 2015) 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 & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax. Offers may be mailed, e-mailed to Ms. Angela Stanton, (E-Mail/ angela.stanton@nih.gov 406-802-6194). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f) (Jun 2020) 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 Ms. Angela Stanton at Angela.stanton@nih.gov.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/deddb19fcc7b49859e9e4641c6788110/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN05930626-F 20210304/210302230106 (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 |