SOLICITATION NOTICE
J -- Quant Studio 3, Base + 4 option years, service agreement
- Notice Date
- 5/17/2022 11:33:53 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-2126203
- Response Due
- 5/24/2022 2:00:00 AM
- Archive Date
- 06/08/2022
- Point of Contact
- Dana Monroe, Phone: 406-375-9814
- E-Mail Address
-
dana.monroe@nih.gov
(dana.monroe@nih.gov)
- Description
- Document Type:� Combined Synopsis/Solicitation Solicitation Number: RFQ-NIAID-2126203 Posted Date: 05/17/2022 Response Date: 05/24/2022 Set Aside: �None NAICS Code: 811219 Classification Code: �J066 Contracting Office Address: Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 903 S 4th Street, Hamilton, MT 59840 Title: Thermo Fisher QuantStudio, three (3) service agreements to be quoted as a base +4 option years Primary Point of Contact:� Dana Monroe; dana.monroe@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-NIAID-2126203 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)2022-04 January 30, 2022. The North American Industry Classification System (NAICS) code for this procurement is 811219, Electronic and Precision Equipment Repair & Maintenance, with a small business size standard of $22 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: The Viral Pathogenesis Section (VPS) within the Laboratory of Viral Diseases (LVD) investigates various aspects of the immune response to infection by flaviviruses such as Zika, Dengue and West Nile viruses. This type of virology research in high throughput requires the rapid quantification of DNA and RNA by real-time PCR. This is critical for the rapid diagnostic identification of infection and the informed development of vaccines.� To perform real-time PCR, the VPS uses Quantstudio 3 real-time PCR instruments.� In order to ensure that these instruments continue to be calibrated and can run continuously, a service contract is required.� Thermo Fisher is the company which produced these instruments; there are a total of three (3) instruments to need coverage.� This request is to provide quotes for a base year plus 4 option years to cover the machines against breakdown.� Requirement: QUANTSTUDIO 3, 0.2ML BLOCK, AB Assurance coverage with 1PM (3 instruments), Serial numbers: 272322404 (acquired in 2018), 272320921(acquired in 2016) and 272321815 (acquired in 2018). Base year performance period 07/01/2022 � 06/30/2023.� Please quote all three units for a base year and 4 options each. AB Assurance Plan requirements to include: 1. Parts, labor and travel for remedial repair. 2. No charge for planned maintenance visits. One (1) planned maintenance (PM) visit per year is required. The annual planned maintenance (PM) visit will be automatically opened and will be performed within the contract period. 3. Guaranteed priority response time of 2 business days after receipt of a service call for instruments located in the Bethesda, MD area. 4. Priority telephone and email access to instrument technical support. 5. Telephone and email access to application technical support. 6. Remote Monitoring and Dx Service, which provides for notification to customer of instrument failures or errors that are reported by AB' s Remote Monitoring software. 7. All Maintenance Services must be performed in accordance with OEM published standards and guidelines. Parts must be from the Original Equipment Manufacturer (OEM). Service must be provided by OEM certified engineers to ensure technical expertise on instrumentation and software, and specialized tools required for specific instruments. A Request for Quotes for one (1) Base Year of 12 months and four (4) subsequent 12-month option years is being requested for this service.� The multi-year renewal periods of performance for the base and options are: 07/01/2022 � 06/30/2023, Base Year 07/01/2023 � 06/30/2024, Option Year 1 07/01/2024 � 06/30/2025, Option Year 2 07/01/2025 � 06/30/2026, Option Year 3 07/01/2026 � 06/30/2027, Option Year 4 **NOTE:� If you are not holding the current agreement, please include any pre-inspection or recertification field service costs as required for a prerequisite. On the quote state: *Billing to be quarterly in arrears of service *Provide annual payment cost per year *Please include your UEI number on quote through your SAM.gov registration *Include response to FAR 52.204-26 attachment and return with quote *Include response to FAR 52.204-24 if applicable Place of Performance: NIH, 9000 Rockville Pike, BLDG 29B, Bethesda, MD 20852, United States � BSL3 for S/N 272321815 (PM will be scheduled while suite is shut down) and BSL2 for other two machines.� 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, best value to the government and price. The following FAR provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items (NOV 2021) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (NOV 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 (NOV 2021) FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (JAN 2022) *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 (NOV 2021) 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 (NOV 2021) 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 May 24, 2022 at 5:00pm EDT Offers may be e-mailed to Dana Monroe at dana.monroe@nih.gov. �Offers shall include RFQ number in the subject line (RFQ-NIAID-2126203). 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 Dana Monroe at dana.monroe@nih.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/72a1a3f32b894dc0adb39eda0cfaca8d/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN06329182-F 20220519/220517230101 (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 |