Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 25, 2023 SAM #7729
SOLICITATION NOTICE

J -- Maintenance/Service Agreement for AB Sciex CESI 8000 Plus Equipment

Notice Date
1/23/2023 10:53:00 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811210 —
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIAID BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
RFQ-NIAID-2150872
 
Response Due
2/3/2023 7:00:00 AM
 
Archive Date
02/18/2023
 
Point of Contact
Skye Duffner, Phone: 4068026092, Laura Grey, Phone: 4063759812
 
E-Mail Address
skye.duffner@nih.gov, laura.grey@nih.gov
(skye.duffner@nih.gov, laura.grey@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-2150872 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) 2023-01, Effective 12/30/2022.� The North American Industry Classification System (NAICS) code for this procurement is 811210, Other Electronic and Precession Equipment Repair and Maintenance, with a small business size standard of $30,000,000.00. The requirement is being competed full and open competition, un-restricted and without a small business set-aside. The Research Technologies Branch, Protein Chemistry Section of NIAID is seeking to procure a maintenance agreement for AB Sciex equipment: See the attached for list of equipment and serial numbers. See the attached for service requirements. This is daily mission essential equipment and requires priority response for OEM technicians. See attachment for service specifications. *Note: A priority status is required for this service agreement. Failure to meet the timeline for repairs or any other requirement may result in an unsatisfactory rating in Contractor Performance Assessment Reporting System (CPARS). Third-party vendors must include their guaranteed priority response time to with AB Sciex, please include documentation of service plan with AB Sciex. Place of Performance: NIAID 5625 Fishers Lane, Rm 4S-26C Rockville, MD 20852 FOB: Destination Period of Performance: Base: 02/10/2023-02/09/2024 OY1: 02/10/2024-02/09/2025 OY2: 02/10/2025-02/09/2026 OY3: 02/10/2026-02/09/2027 OY4: 02/10/2027-02/09/2028 Security note: Technicians are required to go through a security screening when accessing the NIH Bethesda Campus. Information regarding security at the NIH can be found in the link below. https://www.nih.gov/about-nih/visitor-information/campus-access-security Inspection Note: FAR Part 52.212-4(a) All work will be inspected and approved by an authorized laboratory official at the completion of the job. All work will be completed in accordance with the manufacturers service standards. * By submitting a quotation, you are accepting that all government terms and conditions set forth herein shall prevail over the award. 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 the lowest price technically acceptable. By submitting a quotation, you are accepting that all government terms and conditions set forth herein shall prevail over the award. The technical evaluation will be based on the following: technical capability to meet the requirements listed on the attachment, and then price. The following FAR provisions apply to this acquisition: FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) FAR 52.212-1 Instructions to Offerors Commercial Items (Nov 2021) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (Dec 2022) 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 52.222-51 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 U.S.C. chapter 67). FAR 52.217-8 Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 15 days. FAR 52-212-4 Contract Terms and Conditions Commercial Items (Dec 2022) FAR 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Dec 2022) *The applicable subparagraphs of FAR52.212-5 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 (Nov 2021) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Nov 2021) 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 e-mailed to Ms. Skye Duffner, (E-Mail/ skye.duffner@nih.gov 406-802-6092). 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 Ms. Skye Duffner at skye.duffner@nih.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c55c26be5a4047c99035c51b91223790/view)
 
Place of Performance
Address: Rockville, MD 20852, USA
Zip Code: 20852
Country: USA
 
Record
SN06570503-F 20230125/230123230105 (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.