Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 19, 2023 SAM #8027
SOLICITATION NOTICE

J -- One Year Service Contract for BD FACSAria ll, FACSymphony A5, and Lasers

Notice Date
11/17/2023 9:52:21 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-24-2197049A
 
Response Due
11/27/2023 8:00:00 AM
 
Archive Date
12/12/2023
 
Point of Contact
RITA DAVIS, Phone: 3017617461, Tonia Alexander, Phone: 2406695124
 
E-Mail Address
rita.davis@nih.gov, talexander@niaid.nih.gov
(rita.davis@nih.gov, talexander@niaid.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-24-2197049A 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) 2023-06 November 06, 2023. The North American Industry Classification System (NAICS) code for this procurement is 811210, Electronic and Precision Equipment Repair and Maintenance, with a small business size standard of $34 million. The requirement is being competed full and open competition, un-restricted and without a small business set-aside. The National Institute of Allergy and Infectious Diseases (NIAID) has a requirement for: 1-Year Service Contract for the following instruments and equipment: Period of Performance: 12/21/2023 - 12/20/2024 FACSAria II SORP (No Lasers) Serial# P90500004 Service Contract Sapphire 488-100 Blue Laser Serial# NO-SERIAL-2753 SAPP 561-100 Lt Yellow Laser Serial# 7412 CUBE 640-40 Red Laser Serial# C16012603 CUBE 405-50C Violet Laser Serial# C17112204 FACSymphony A5 Customer Serial# R66096400081 SAPPHIRE 561-200 Yellow Laser Serial# NO-SERIAL-12644 MPB 628-200 Red Laser Serial# NO-SERIAL-12641 G4 355-100 UV Laser Serial# NO-SERIAL-12643 OBIS 405-200 LX Violet Laser Serial# NO-SERIAL-12642 OBIS 488-150 LX Blue Laser Serial# NO-SERIAL-12640 FACS Flow Supply System Serial# N3492775409 High Throughput Sampler Serial# U64770160201 FACSymphony A5 Customer Serial# R66096400082 G4 355-100 UV Laser Serial# NO-SERIAL-12670 OBIS 405-200 LX Violet Laser Serial# NO-SERIAL-12669 OBIS 488-150 LX Blue Laser Serial# NO-SERIAL-12667 MPB 628-200 Red Laser Serial#: NO-SERIAL-12668 SAPPHIRE 561-200 Yellow Laser Serial# NO-SERIAL-12671 High Throughput Sampler Serial# U3386590760049 FACS Flow Supply System Serial# N3492775410 Minimum Requirements: Full coverage for OEM replacement parts, labor, and travel.� Two (2) Preventive Maintenance Inspections to be performed during a twelve-month period including two (2) PM kits. Remote Technical Support (Monday 8:00 AM to Friday 6:00 PM Eastern time). 48-hour response time for onsite applications support (troubleshooting and repairs) � NOTE:� PROVIDING CREDIT WHEN RESPONSE TIME NOT MET. 48-hour response time for all emergency repairs and all on site visits � NOTE: PROVIDING CREDIT WHEN RESPONSE TIME NOT MET. Equipment is housed in a BSL-3 & BSL-4 facilities and as such equipment is routinely decontaminated, and decontaminated after spills, splashes, or other potential contamination and before repair, maintenance, or removal from the laboratory. NOTE:� The decontamination process may shorten the normal lifespan of equipment and accessories. Extra-time and parts are expected, please quote accordingly. Instrument control software (controls the instrument for sequencing runs) and hardware proprietary updates (can occur during scheduled preventative maintenance visits, unless critical for operation of instrument) software and firmware updates upon request, and in conjunction with a scheduled Preventive Maintenance or Corrective Maintenance visit, including software revisions. NOTE: Third-party components and software providers must be warranted by manufacturer. Unlimited service visits during normal business days hours, excluding Federal holidays. Unlimited telephone support for instruments, reagents and applications at no additional charge.� Telephone support must be conducted directly with the manufacturer to expedite emergency repairs to prevent sample degradation that can occur over time if outside of a 48-hour window, resulting in experimental losses.� Efforts to repair in 48-hours must be made. Required reagents for use in the preventative maintenance and emergency repairs. Priority onsite scheduling equal to a manufacturers direct contract, to ensure minimal down time of instrumentation. Priority scheduling and onsite response for all repairs during the period of performance. Priority is defined as giving priority scheduling equal to a direct contract and guaranteeing the equivalent manufacturer�s priority onsite response. If you are a third-party service provider, the priority scheduling and/or response time, must be listed on your quote. Special Notes: A priority status is required for this service agreement. Quotes submitted by third-party vendors must also include a contract with equipment manufacturer to be considered. Third-party components and software providers must be warranted by manufacturer. Equipment is housed in a BSL-3 & BSL-4 facilities and as such equipment is routinely decontaminated, and decontaminated after spills, splashes, or other potential contamination and before repair, maintenance, or removal from the laboratory. Quote Instructions List each minimum requirement, in order, and address ability. List each special note, in order, and address ability. If third-party vendor show authorization from manufacturer. Indicate the order of priority in which repairs will be scheduled. (For example, if the vendor serves multiple clients, which clients, if any, take precedence over others. If there is a tier-based system that prioritizes certain clients or certain types of repairs over others, indicate at what tier or priority of service that is being quoted.) Indicate the nature of software updates/revisions during the service period. Include when they will be implemented (for example, will revisions/updates be provided and released to NIAID, during PM visits only, upon immediate release, or on another ���� schedule). Provide End User License Agreement (EULA) if applicable. Vendor is invited to include past performance references of similar services, including the description of the service, the period of performance, and a client contact name and phone number for that award. Quote must include response to all minimum service requirements, and all instructions for the quote, for the offer to be accepted as responsive. Vendor must include Unique Entity ID number from sam.gov registration. Place of Performance: NIH, NIAID, Rocky Mountain Laboratories, RML, 903 S. 4th Street, Hamilton, MT 59840, United States.� FOB: Destination 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 requirements and price. The following FAR provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items (SEP 2023) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (SEP 2023) 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 FAR 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 (NOV 2023) FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (NOV 2023) *The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. FAR 52.217-8 Option to Extend Services (NOV 1999) 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 (NOV 2021) FAR 52.242-15 Stop-Work Order (AUG 1989) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 2015) FAR 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 November 27, 2023 @ 11:00 AM EST Offers may be e-mailed to Rita Davis (E-Mail/ rita.davis@nih.gov). Offers shall include RFQ number in the subject line (RFQ-NIAID-24-2197049). 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 Rita Davis @ rita.davis@nih.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/973a9db72b5d4832bb79539592961738/view)
 
Place of Performance
Address: Hamilton, MT 59840, USA
Zip Code: 59840
Country: USA
 
Record
SN06888739-F 20231119/231117230050 (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.