Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 15, 2023 SAM #7870
SOLICITATION NOTICE

J -- Preventative maintenance services for KODAK 2000A film processors & dark room

Notice Date
6/13/2023 11:10:00 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-23-2167174
 
Response Due
6/23/2023 8:00:00 AM
 
Archive Date
07/08/2023
 
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-23-2167174 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) 2023-04 dated June 2, 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 $30,000,000). This requirement is being competed as full and open competition, and with a Small Business Set-Aside. The National Institute of Allergy and Infectious Diseases (NIAID) has a requirement for the following: Preventative Maintenance Service for the KODAK 2000A film processor and dark room. Vendor will perform services that are covered without additional charge, including: checking for damaged and worn parts to the to the KODAK film processors in dark room 2W03 cleaning and adjusting the racks and processor changing the chemistry, developer, and water filters periodically, the checking of replenishment rates and temperature and the use of the systems cleaner and starter running test film to ensure equipment is running properly snaking out cleaning/removing any occluded drain in connection with contracted film processor. maintain a clean and unobstructed drain by adding monthly solvent solutions. use a wet vacuum to dry out and clean up any spill that occurs when the drain backs up replace the water filter on a regular basis as needed.� respond to service requests on an appointment schedule An example of an existing acceptable service offer is as follows: 1x Darkroom Drain/Water Filer Service (Service includes: Snake out and clean out any occluded drain in connection with contracted film processor; Maintain a clean and unobstructed drain by adding monthly solvent solutions; Use wet vacuum to dry out and clean up any spill that occurs when drain backs up; Replace water filter on a regular basis as needed) 12x preventative maintenance checks (Includes checking for damaged/worn parts. Cleaning and adjusting of racks and processor. Changing of chemistry, developer and water filters. Checking replenishment rates and temperatures. Use of systems cleaner and starter. Run test film.) 12x maintenance supplies 204x quantities of developers 228x quantities of Fixers 1x Silver Recovery Trap 1x E-Pan Chambers Shipping costs VENDOR will only be responsible for a portion of the drain in the darkroom, any blockage beyond darkroom is not covered by service.� VENDOR is not responsible for damages due to overflow or leaking of the drain.� VENDOR is not responsible for any cracked and/or broken drain line due to user negligence. VENDOR will also install an E-PAN chamber.� This chamber will help to reduce the amount of chemical sludge that enters the drain which will help to reduce or eliminate the need to have the drainpipe unclogged. Emergency services are not included. Period of Performance: The estimated Period of Performance is potentially 07/01/2023 � 06/31/2028 for the base year + 4 option years. See individual year breakdown: 07/01/2023 - 06/31/2024 for the Base Year 07/01/2024 - 06/31/2025 for the Option year 1 07/01/2025 - 06/31/2026 for the Option year 2 07/01/2026 - 06/31/2027 for the Option year 3 07/01/2027 - 06/31/2028 for the Option year 4 *Please provide price breakdowns for each individual year in your submission. Delivery/service location: Bethesda, MD 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 technical capability to meet the requirements and price.� NIAID will evaluate quotes to determine the best value to the government.� NIAID will evaluate price only for those quotes, which are rated as technically acceptable.� In the event quotes are evaluated as technically equal, price will become a major consideration in selecting the successful Offeror. The following FAR provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items (MAR 2023) 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 52.217-8 Option to Extend Services (Nov 1999) FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000) 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 (MAR 2023) 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 June 23, 2023 @ 11:00 AM EST Offers may be emailed to Lu Chang at � by 11:00 am eastern standard time June 23, 2023.� Offers shall include RFQ number in the subject line (RFQ-NIAID-23-2167174).� 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4d52aee624dc4c4da08eb460324bc00b/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN06713631-F 20230615/230613230111 (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.