Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 07, 2023 SAM #7711
SOLICITATION NOTICE

J -- ANNUAL SERVICE CONTRACT FOR BD EQUIPMENT

Notice Date
1/5/2023 2:33:09 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
NIH NIAID DEA OA OFC ACQUISITIONS BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
RFQ-NIH-2155891
 
Response Due
1/16/2023 10:00:00 AM
 
Archive Date
01/31/2023
 
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-2155891 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)2022-08 October 28, 2022. The North American Industry Classification System (NAICS) code for this procurement is 811310, OTHER ELECTRONIC AND PRECISION EQUIPMENT REPAIR AND MAINTENANCE 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 a one year service contract for the following: The following equipment is used in a BSL2 or BSL-2+ laboratory and have not been exposed to radioactive materials. FACSCanto II - Serial #: V33896201685 LSRFortessa SORP - Serial #: H647794L6054 OBIS 640-40 LX Red Lsr - Serial #: NO-SERIAL-10101 OBIS 488-50 LX Blue Lsr -Serial #: NO-SERIAL-10104 LSR Fortessa SORP - Serial #: R64717700197 FACS Flow Supply System - Serial #: N3492775429 OBIS 405-100 LX Violet Lsr - Serial #: NO-SERIAL-12711 OBIS 640-100 LX Red Lsr - Serial #: NO-SERIAL-12710 SAPPHIRE 561-100 Y/G Lsr - Serial #: NO-SERIAL-12712 OBIS 488-100 LS Blue Lsr - Serial #: NO-SERIAL-12709 FACSCelesta - Serial #: �R66093300009 FACSFlow Supply System - Serial #:��� N3492775522 BioRad 488-20 Blue laser- Serial #: NO-SERIAL-12981 BioRad 640-40 Red laser - Serial #: NO-SERIAL-12982 BioRad 405-50 Violet laser - Serial #: NO-SERIAL-12983 OBIS 561-50 Y/G laser - Serial #: NO-SERIAL-12984 FACSAria Fusion SORP - Serial #: R65828200136 OBIS 488-100 LS Blue Lsr - Serial #: NO-SERIAL-14637 OBIS 637-140 LX Red Lsr - Serial #: NO-SERIAL-14638 OBIS 405-100 LX Violet Lsr - Serial #: NO-SERIAL-14639 The minimum service requirements for the following instruments: FACSCanto II - Serial #: V33896201685 LSRFortessa SORP - Serial #: H647794L6054 OBIS 640-40 LX Red Lsr - Serial #: NO-SERIAL-10101 OBIS 488-50 LX Blue Lsr - Serial #: NO-SERIAL-10104 LSR Fortessa SORP - Serial #: R64717700197 OBIS 405-100 LX Violet Lsr - Serial #: NO-SERIAL-12711 OBIS 640-100 LX Red Lsr - Serial #: NO-SERIAL-12710 SAPPHIRE 561-100 Y/G Lsr - Serial #: NO-SERIAL-12712 OBIS 488-100 LS Blue Lsr - Serial # NO-SERIAL-12709 FACSCelesta - Serial #: �R66093300009 BioRad 488-20 Blue laser - Serial #: NO-SERIAL-12981 BioRad 640-40 Red laser - Serial #: NO-SERIAL-12982 BioRad 405-50 Violet laser - Serial #: NO-SERIAL-12983 OBIS 561-50 Y/G laser - Serial #: NO-SERIAL-12984 FACSAria Fusion SORP - Serial #: R65828200136 OBIS 488-100 LS Blue Lsr - Serial #: NO-SERIAL-14637 OBIS 637-140 LX Red Lsr - Serial #: NO-SERIAL-14638 OBIS 405-100 LX Violet Lsr - Serial #: NO-SERIAL-14639 Full coverage for OEM replacement parts, labor, and travel.� Two (2) Preventive Maintenance Inspections to be performed during a twelve-month period including two (2) OEM PM kits appropriate for the instrument Remote Technical Support (Monday 8:00 AM to Friday 6:00 PM Eastern time) 72-hour response time for onsite applications support (troubleshooting and repairs) 72-hour response time for all emergency repairs and all on site visits Instrument control software (controls the instrument for sequencing runs) and hardware proprietary updates can occur during scheduled preventative maintenance visits, unless critical for operation of instrument, software and firmware updates upon request, and in conjunction with a scheduled Preventive Maintenance or Corrective Maintenance visit, including software revisions. Unlimited service visits, Monday-Friday, excluding Federal holidays Unlimited telephone support for instruments and applications Provide OEM-required reagents for use in the preventative maintenance and emergency repairs Priority onsite scheduling equal to a manufacturers direct contract, to ensure minimal down time of instrumentation. Priority is defined as giving priority scheduling equal to a direct contract and guaranteeing the equivalent manufacturer�s priority onsite response. If you are a third-party service provider, the priority scheduling and/or response time, must be listed on your quote. The minimum service requirements for the following instruments: FACS Flow Supply System - Serial#: N3492775429 FACS Flow Supply System - Serial #: N3492775522 Full coverage for OEM replacement parts and labor. Unlimited service visits, Monday-Friday, excluding Federal holidays Unlimited telephone support for instruments and applications Quote Instructions 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 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 all instructions for the quote, for the offer to be accepted as responsive. Vendor must include Unique Entity ID number from sam.gov registration POP 2/1/23 to 1/31/24 Billing must be quarterly or monthly in arrears.� All recertification fees must be stated on quote if needed. Place of Performance: NIH, 10 Center Drive, Bethesda, MD 20814 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. By submitting a quotation, offerors are accepting all the Governments terms and conditions listed in this RFQ. �The purchase order award will be based technical capability to meet the requirements and price. 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 January 16, 2023 @ 1:00 EST Offers may be e-mailed to Janna Weber (E-Mail/ janna.weber@nih.gov). Offers shall include RFQ number in the subject line (RFQ-NIH-2155891). 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://sam.gov/opp/54c5ac770b1643299b87c96f6d72064f/view)
 
Place of Performance
Address: Bethesda, MD 20814, USA
Zip Code: 20814
Country: USA
 
Record
SN06556921-F 20230107/230105230105 (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.