Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 21, 2024 SAM #8090
SOLICITATION NOTICE

J -- Service agreement (maintenance/repairs) for a Zeiss LSM510 Confocal Microscope (Brand Name Only)

Notice Date
1/19/2024 2:52:21 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811210 —
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N95024Q00120
 
Response Due
1/26/2024 12:00:00 PM
 
Archive Date
02/10/2024
 
Point of Contact
Claudia Ventola, Phone: 3014960870
 
E-Mail Address
claudia.ventola@nih.gov
(claudia.ventola@nih.gov)
 
Description
COMBINED SYNOPSIS / SOLICITATION COMPETITIVE Title: Service agreement (maintenance/repairs) for a Zeiss LSM510 Confocal Microscope �(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 75N95024Q00120 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; FAR Subpart 13.5�Simplified Procedures for Certain Commercial Items; 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 2023-06 dated 12/04/2023. (iv)������ The associated NAICS code 811210 � Electronic and Precision Equipment Repair and Maintenance and the size standard $34 M. This requirement is competed on a full and open basis (brand-name ONLY). (v)������� The purpose of this is to obtain a contract for preventative maintenance services and repair for the Zeiss LSM Confocal Microscope. This instrument is essential for research of NINDS scientists. (vi)������ Specific Requirements: Independently and not as an agent of the Government, the Contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government as needed to perform the�Statement of Work below: Contractor shall provide all Labor, travel time, and travel costs are covered by this agreement. Service Maintenance for Zeiss LSM Confocal Microscope for a year from February 5, 2024 to February 4, 2025 with serial number 1A-002360 and S/N 3307000109. Maintenance need to include replacement of failed component parts as determined by the manufacturer at no additional cost to the customer. The Zeiss LSM 510 Confocal systems needs to be maintained to remain functional to the lab. At least one preventive maintenance visit needs to be done to include cleaning, inspection and alignment of the instrument to ensure optimal operating performance. The computer upgrades will allow the microscope to be compatible with the current windows system[SM([1]�[VC([2]�. Any and all replacement parts must be compatible with the current model of equipment. (vii)����� Estimated period of performance: Base: February 5, 2024 to February 4, 2025 Option 1 - ������ 02/05/25 to 02/04/26 Option 2 - ������ 02/05/26 to 02/04/27 Option 3 - ������ 02/05/27 to 02/04/28 Option 4 - ������ 02/05/28 to 02/04/29 The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the anticipated delivery date is 02/04/2024. TERMS AND CONDITIONS, PROVISIONS, AND REPRESENTATIONS (viii)���� The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), 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 provisions apply to this acquisition and are incorporated by reference: FAR 52.204-7, System for Award Management (Oct 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020) FAR 52.211-6 Brand Name or Equal (Aug 1999) FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (Sep 2023) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (Nov 2023) 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 52.204-24 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 52.204�27, Prohibition on a ByteDance Covered Application (Jun 2023) �FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Nov 2023). FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000). 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 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services (Dec 2023) NIH Invoice and Payment Provisions (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 of the item offered to meet the Government requirement; b. Price; and c. Past performance [see FAR 13.106-2(b)(3)]. � (x)������� Offerors must include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items (Sep 2023), 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)������ The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (Nov 2023), applies to this acquisition. Addendum to this FAR clause applies to this acquisition and is attached. (xii)����� The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xiii)���� Responses to this solicitation must include sufficient information to establish the interested parties� bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s), product description, and any other information or factors that may be considered in the award decision. Such factors may include: past performance, special features required for effective program performance, trade-in considerations, probable life of the item selected as compared with that of a comparable item, warranty considerations, maintenance availability, and environmental and energy efficiency considerations. 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 offers must be received by 3:00p.m., Eastern Daylight/Standard Time, on January 26, 2024, and reference solicitation number 75N95024Q00120. Responses must be submitted electronically to Claudia Ventola, Contract Specialist at claudia.ventola@nih.gov. Fax responses will not be accepted. �[SM([1]Might want to add a comment that any replacement part must be compatible with the current model of equipment. �[VC([2]added
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0bd18c573969447ab78442a5a3236652/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN06939966-F 20240121/240119230045 (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.