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 -- SERVICE CONTRACT

Notice Date
1/5/2023 1:51:19 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811210 —
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NICHD BETHESDA MD 20817 USA
 
ZIP Code
20817
 
Solicitation Number
NICHD-23-059
 
Response Due
1/19/2023 8:00:00 AM
 
Archive Date
02/03/2023
 
Point of Contact
GRIFFIN, VERNE L, Phone: 3015947730, Michael Falzone
 
E-Mail Address
verne.griffin@nih.gov, michael.falzone@nih.gov
(verne.griffin@nih.gov, michael.falzone@nih.gov)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation and a separate written solicitation will not be issued.� This solicitation number is RFQ-NICHD-23-059 and is issued as a Request for Quotation (RFQ).� The solicitation /contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2023-01.� The North American Industry Classification (NAICS) Code is 811210 with a size standard of $34.0M.� This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13.� The National Institutes of Health, The Eunice Kennedy Shriver National Institute of Child Health and Human Development (NICHD), in support of the work of the National Institute of Diabetes, Digestive, and Kidney-Disease (NIDDK) has a requirement to procure on a sole source basis with Seqgen Inc. 1725 Del Amo Boulevard, Torrance, CA 90501 to procure a Service contract for: ����������� o��������� 7900HT SEQUENCE DETECTION SYSTEM ����������� o��������� DNA Analyzer ABI Prism 3730XL Planned maintenance visit per instrument and repair plan designed to help maximize instrument performance and help ensure availability of critical systems. The plan can help keep the lab running smoothly with preventive maintenance, proactive instrument monitoring, and fast response should an instrument require repair.� To obtain a service contract for the ABI3730xl and ABI 7900HT.� This is the premium repair plan designed to help maximize instrument performance and help ensure availability of critical systems. The Platinum option provides guaranteed next business day on site response. ��Spare parts on site are also available. Independently, and not as an agent of the Government, the contractor shall perform all of the detailed Task Areas listed below: (The Task areas include all testing requirements, purity protocols, sample shipping, inside delivery, removal of shipping debris, installation, training, special consideration for International Shipments that may require additional broker fees & customs documents, need-by delivery dates, warranty information, number of staff required to complete your project, technical support, software updates, etc.� Task Area 1 � Guaranteed 2_business_day on-site response (Zone 1) ����������� Planned maintenance visit(s) � One for genomics instruments (includes engineer ������� labor and travel) ����������� Factory-certified replacement parts ����������� Engineer labor and travel included for repair visits ����������� Smart Services � real-time remote instrument monitoring and diagnostics ����������� Priority telephone and email access to instrument technical support from our ���� Technical Assistance Center (TAC) ����������� Phone and email access to application technical support Task Area 2 � Parts included unless otherwise notified in advanced. PURCHASE ORDER TYPE This purchase order will be a firm fixed price, with payment terms per the vendor allowance based on whether it is a small business (net 15), or a large (net 30). PERIOD OF PERFORMANCE The objective of this request is to procure a base, plus two (2) option year service contract to ensure the proper functioning of equipment. The offeror must include a completed copy of the following provisions:� 1) FAR Clause 52.212-1 Instructions to Offerors � Commercial items; 2) FAR Clause 52.212-2, Evaluation � Commercial Items.� As stated in FAR Clause 52.212-2 (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be advantageous to the Government, price and other factors considered.� The following factors will be used equally to evaluate offers:� Technical Evaluation, Price, and Past Performance.� The Government will make award based on Best Value. Note:� Past Performance Information:� Vendors must submit a listing of the most recent contracts/awards (minimum of 3) which demonstrate similar work in nature to this Solicitation.� Contracts/awards may include those entered with the Federal Government, state and local governments and commercial concerns.� Include the following information for each contract or subcontract: Name of Contracting Organization Contract Number (for subcontracts provide the prime contract number and the subcontract number) Contract Type Total Contract Value Description of Requirement Contracting Officer�s Name and Telephone Number Program Manager�s Name and Telephone Number 3) FAR Clause 52.212-3, Offeror Representations and Certifications � Commercial Items; 4) FAR Clause 52.212-4, Contract Terms and Conditions � Commercial Items; 5) FAR Clause 52-212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items � Deviation for Simplified Acquisitions.� The DUNS Number is no longer valid for federal award identification, the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov .� The clauses are available in full text at http://www.arnet.gov/far. NOTE TO CONTRACTOR: The contractor shall provide a completed copy of FAR 52.204-24, ""Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment"" with their quote in response to this solicitation. Interested vendors capable of providing the Government with the items specified in this synopsis should submit their quotation to the below email address.� Quotations will be due 11:00AM EST January 19, 2023.� Offerors shall send the quotation/proposal to Verne Griffin at verne.griffin@nih.gov. The quotation must reference Solicitation number RFQ-NICHD-23-059. �All responsible sources may submit a quotation, which if timely received, shall be considered by the agency.��� Responses to this notice shall contain sufficient information to establish the interested parties� bona-fide capabilities for fulfilling the requirement, unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Vendor/Contractor�s (UEI) the Unique Entity ID from SAM.gov is now the authoritative identifier for those doing business with the federal government. The DUNS Number is no longer valid for federal award identification, the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov .� The contractor will be evaluated on their capability to provide the product to the specifications as stated on the solicitation and shall be required to provide required service with certification from the OEM.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f036a64a74894895b54656b3ad88ffe7/view)
 
Record
SN06556923-F 20230107/230105230106 (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.