Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 23, 2023 SAM #7817
SOLICITATION NOTICE

J -- Maintenance services for ThermoFisher manufactured centrifuge & incubators

Notice Date
4/21/2023 1:06:51 PM
 
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-23-2170964
 
Response Due
4/26/2023 1:00:00 PM
 
Archive Date
05/11/2023
 
Point of Contact
Lu Chang, Phone: 2406273034
 
E-Mail Address
lu-chang.lu@nih.gov
(lu-chang.lu@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-23-2170964 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) 2023-02, March 16, 2023.� The North American Industry Classification System (NAICS) code for this procurement is NAICS Code 811210 - Other Electronic and Precision Equipment Repair and Maintenance (Size standard $34.0 in millions). This requirement is being competed without a Small Business Set-Aside.� � The National Institute of Allergy and Infectious Diseases (NIAID)�s Vaccine Research center (VRC) conducts research that facilitates the development of effective vaccines.� Various centrifuges and incubators are used in direct support of critical research being performed throughout the various VRC labs. The need to have the incubators and centrifuges well maintained and fully functional is paramount to maintaining the flow of research activities within the VRC labs.� Certified and factory trained engineers with expertise are to service these instruments and provide immediate technical support and repair services to prevent downtime in the event the instrument malfunctions.� The impact to the program�s mission if the centrifuges and incubators are not properly service could be severe if a component fails, or if serviced without Thermo Fisher Scientific original equipment manufacturer (OEM) component parts, spare parts, software, technical support, upgrades, and engineering resources to maintain the original operating specifications. Using different parts may cause the instruments to not be calibrated to optimal specifications such that the samples between experiments will not be analyzed and compared.� Quality of experimental results may be compromised and time lost due to repeated experiments to confirm experimental results.� The National Institute of Allergy and Infectious Diseases (NIAID) has a requirement for service agreement for various models of Thermo Fisher Scientific Heracell CO2 incubators and Sorvall centrifuges. See the equipment listed in the attached Bill of Materials (BOM). The minimum service requirement for the equipment consist of the following: Priority onsite repair Monday through Friday during the hours 8am-5pm, One (1) Annual onsite preventive maintenance, Two (2) business day response time for corrective maintenance that includes engineer labor, original equipment manufacturer (OEM) parts, and travel, Priority depot repair, and loaner equipment if needed during the duration of the repair, and Unlimited priority phone and email support. The Contractor shall provide all necessary parts and equipment necessary to perform remedial repair and planned maintenance of the above equipment. All work will be completed in accordance with industry standards, and will be inspected and approve by the Program Manager at NIAID the completion of any repairs and at the completion of the annual maintenance. Period of Performance: Base Year: 05/02/2023-05/01/2024 Delivery: Bethesda, Maryland 20892. 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 brand name requirements, delivery, 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 (DEC 2022) 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 (DEC 2022) FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (DEC 2022) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Mar 2023) 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 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 April 26, 2023 @ 4:00 PM EST Offers may be emailed to Lu Chang at � by 4:00 pm eastern standard time April 26, 2023.� Offers shall include RFQ number in the subject line (RFQ-NIAID-23-2170964).� Late submission 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 email to Lu Chang at lu-chang.lu@nih.gov. Note: Lack of registration in SAM will make an Offeror ineligible for award.� Any quotation received by NIAID after this date and exact time specified is late and will not be considered.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/96b3cf1d28cf4bf286e35b3492d5752d/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN06658726-F 20230423/230421230107 (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.