Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 29, 2021 SAM #7119
SOLICITATION NOTICE

J -- 1 YEAR SERVICE CONTRACT WITH THREE OPTION YEARS FOR: � FEI Tecnai Spirit BT Electron Microscope including the Tomography Software

Notice Date
5/27/2021 2:47:09 PM
 
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-2050048
 
Response Due
6/10/2021 5:00:00 AM
 
Archive Date
06/25/2021
 
Point of Contact
DIANA ROHLMAN, Phone: 4063639366, Laura Grey, Phone: 4063759812
 
E-Mail Address
diana.rohlman@nih.gov, laura.grey@nih.gov
(diana.rohlman@nih.gov, laura.grey@nih.gov)
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared 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; quotes are being requested and a written solicitation document will not be issued. Submit offers on RFQ-RML-C-2050048 This solicitation is a request for quotes (RFQ). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2021-05 Effective March 10, 2021 The associated North American Industry Classification System (NAICS) code for this procurement is 811219 with a small business size standard of $20.5 Million dollars.� This requirement is NOT set-aside for small business. The National Institutes of Health, Research Technology Section has a requirement to procure a maintenance agreement on the Tecnai Spirit BT Electron Microscope, located in the Bio-Safety Level 4 Facility. This requirement will be awarded as a base + 3 options, and the period of performance will be 07/08/2021 � 07/07/2025. The primary warranty period has expired on this equipment. Please see the equipment detail listed below.� Equipment information and Serial number: ��� �FEI Tecnai Spirit BT Electron Microscope, Serial Number: D1125 ��� �Includes the Tomography Software This plan will include both hardware and software coverages. The minimum service requirements include: ��� �Coverage for OEM replacement parts, labor, and travel; necessary for repairs, excluding 3rd party items and consumables ��� �48 Hours of on-site response target for on-site applications support (troubleshooting and repairs) ��� �Consumable replacement upon hardware failures (depositing and milling materials, GIS and other chemicals, gases and liquids, calibration and testing samples, wearable vacuum parts (Hot/Cold Cathode Gauges, pump seals), sample grids and similar carriers, disposables, apertures, and small tooling, and aperture strips) ��� �Remote Technical Support with priority 4-hour targeted telephone support (Monday - Friday 9 am � 5 pm) ��� �One planned preventive maintenance visit per year ��� �Update proprietary software installations at the time of scheduled preventative. Software Coverage to include system updates and upgrades to the tomography software system. Software updates and upgrades that solely improve the functionality of previously purchased software capabilities. ��� �maintenance visits unless critical for the instrument's operation. ��� �Unlimited service visits by guaranteed OEM technicians ��� �Invoices to be paid quarterly in arrears ��� �Please quote any additional fees if equipment re-certification cost incurs� Quoting instructions: ��� �Include the proper DUNS number� ��� �Please quote any additional fees if equipment re-certification cost incurs ��� �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)� o�� �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. �Referenced or linked terms and conditions will not be considered nor included in award. ��� �Vendor is invited to include past performance references of similar services, including the description of the service, the period of performance, and a client contact name and phone number for that award. ��� �Quote must include response to all minimum service requirements and instructions for the quote to be accepted responsive. Place of Performance: IRF, Bio-Safety Level 4 Facility � � � � � � � � � �NIH/NIAID � � � � � � � � � �Rocky Mountain Laboratories � � � � � � � � � �903 S 4TH Street � � � � � � � � � �Hamilton, MT 59840 � � � � � � � � � �United States Period of Performance: Base Year: 07/08/2021 � 07/08/2022 Option Year 1: 07/08/2022 - 0707/2023 � Option Year 2: 07/08/2023 - 07/07/2024� Option Year 3: 07/08/2024 � 07/07/2025 Submission shall be received not later than 06/10/2021 at 8:00 am 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 evaluated according to the lowest price technically acceptable (LPTA). Technical evaluation will be based on the offorers ability to provide the above listed services requirements.� 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 (FEB 2021) 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�26 Covered Telecommunications Equipment or Services-Representation (OCT 2020) *** Must complete representation if attached to this solicitation- see attachment 52.204-26 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 (JAN 2021) *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) FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020) 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, under an active status for All Awards, 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://farsite.hill.af.mil/vffara.htm �or �http://www.acquisition.gov/far/loadmainre.html �or upon request, either by email or fax. Offers may be e-mailed to (diana.rohlman@nih.gov) �the posting number (RFQ-RML-C-2050048) MUST be noted in the subject line of the email.� Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f) All responsible sources may submit a quotation which shall be considered by the agency.� Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to (diana.rohlman@nih.gov).
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/dada5f4c04fa4a5c9a8d6425f6fe344c/view)
 
Place of Performance
Address: Hamilton, MT 59840, USA
Zip Code: 59840
Country: USA
 
Record
SN06014891-F 20210529/210527230109 (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.