Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 18, 2023 SAM #7842
MODIFICATION

J -- Maintenance service for Thermo Forma CO2 Tissue Culture Incubators

Notice Date
5/16/2023 9:14:04 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811210 —
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N95023Q00249-RFQ
 
Response Due
5/24/2023 9:00:00 AM
 
Archive Date
06/08/2023
 
Point of Contact
Iris Merscher, Phone: 301-827-2547
 
E-Mail Address
iris.merscher@nih.gov
(iris.merscher@nih.gov)
 
Description
Title: ��� Maintenance service for Thermo Forma CO2 Tissue Culture Incubators. �(i)��������� This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii)��������� The solicitation number is 75N95023Q00249 and the solicitation is issued as a request for quotation (RFQ). This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13�Simplified Acquisition Procedures, and FAR Part 12�Acquisition of Commercial Items and is not expected to exceed the simplified acquisition threshold. (iii)�������� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2023-02, with effective date March 16, 2023. (iv)�������� The associated North American Industry Classification System (NAICS) code is 811210, Equipment and Precision Equipment Repair & Maintenance and the small business size standard is $34.0 million.� This requirement is full and open with no set-aside restrictions. (v)��������� This requirement is for the following service: The National Institute of Aging (NIA) requires maintenance services for multiple CO2 Tissue Culture Incubators used by the Biomedical Research Center. A large percentage of the research performed in the RNA Regulation Section is dependent upon properly functioning incubators. These incubators must be maintained at precise specifications for cell culture. (vi)�������� Replacement parts and software upgrades provided must be Original Equipment Manufacturer (OEM) certified. The services must be provided by OEM certified service technicians. (vii)������� The Government anticipates award of a firm fixed-price purchase order for this acquisition. The period of performance will be 06/01/2023 - 05/31/2024 for base year, plus the option to exercise the following four (4) years, as described below, is being sought. Option Period One: 06/01/2024 - 05/31/2025 Option Period Two: 06/01/2025 - 05/31/2026 Option Period Three: 06/01/2026 - 05/31/2027 Option Period Four: 06/01/2027 - 05/31/2028 Place of Performance: The place of performance shall be National Institute of Health, National Institute on Aging, Laboratory of Genetics and Genomics located at 251 Bayview Blvd, Baltimore, MD 21224. (viii)������ The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Nov 2021), applies to this acquisition. This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at these addresses:� https://www.acquisition.gov/browse/index/far https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html (End of provision) The following FAR provisions apply to this acquisition and are incorporated by reference: FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements � Representation (Jan 2017). FAR 52.204-7, System for Award Management (Oct 2018). FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020). FAR 52.212-1, Instructions to Offerors-Commercial Items (Mar 2023). FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Dec 2022). FAR 52.217-5, Evaluation of Options (July 1990). HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015). The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. 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 these addresses: https://www.acquisition.gov/browse/index/far���� https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html� (End of clause) The following clauses apply to this acquisition and are incorporated by reference: FAR 52.204-13, System for Award Management Maintenance (Oct 2018). FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020). FAR 52.204-25, Prohibition on�Contracting�for Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021). FAR 52.212-4, Contract Terms and Conditions--Commercial Items (Dec 2022). 52.217-9�Option to Extend the Term of the Contract (Mar 2000). Fill in: 30 days before the before the contract expires. FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Mar 2023) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015). HHSAR 352.239-74, Electronic and Information Technology Accessibility (December 18, 2015). The following provisions and clauses apply to this acquisition and are attached in full text.� Offerors MUST complete the provisions at 52.204-24 and 52.204-26 and submit completed copies as separate documents with their proposal. 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) � if not included in the current www.sam.gov registration. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Mar 2023). The following invoice instruction is included and will be incorporated in the final award: Invoicing Instructions with IPP (Mar 2023). (ix)�������� The Government will evaluate quotations or offers in accordance with FAR 13.106-2 and award a purchase order from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (a) technical capability; (b) price, and (c) past performance. Technical capability and past performance, when combined, are significantly more important than price. Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the options. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x)��������� The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items (Dec 2022), with its offer. If the offeror has completed FAR clause 52.212-3 at www.sam.gov, then the offeror does not need to provide a completed copy with its offer. (xi)�������� There are no additional contract requirements or terms and conditions applicable to this acquisition. (xiii)������ The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xiv)������ Responses to this solicitation must include clear and convincing evidence of the offeror�s capability of fulfilling the requirement as it relates to the technical evaluation criteria. The price proposal must include the labor categories, an estimate of the number of hours required for each labor category, fully loaded fixed hourly rate or each labor category, breakdown and rationale for other direct costs or materials, and the total amount. The Unique Entity ID from SAM.gov, the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. All quotations must be received by 12:00 p.m., Eastern Daylight Time on May 24, 2023, and reference Solicitation Number 75N95023Q00249. Responses must be submitted electronically to Iris Merscher, Contract Specialist, at iris.merscher@nih.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/34e33cbe4fa64767bd414cf32e7a2efb/view)
 
Place of Performance
Address: Baltimore, MD 21224, USA
Zip Code: 21224
Country: USA
 
Record
SN06683465-F 20230518/230517212019 (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.