Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 23, 2024 SAM #8244
SOLICITATION NOTICE

J -- Acquisition of a service contract on a Leica Bond RXm Serial no: M494014

Notice Date
6/21/2024 11:14:51 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811210 —
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NCATS BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N95024Q00357
 
Response Due
6/28/2024 12:00:00 PM
 
Archive Date
07/13/2024
 
Point of Contact
Samson Shifaraw, Phone: 3014807153
 
E-Mail Address
samson.shifaraw@nih.gov
(samson.shifaraw@nih.gov)
 
Description
NON-COMPETITIVE COMBINED SYNOPSIS / SOLICITATION Title: �Acquisition of a service contract on a Leica Bond RXm� Serial no: M494014 �(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 75N95024Q00357 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. THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME).� The National Institute on Drug Abuse (NIDA), Office of Acquisition (OA), on behalf of the National Center for Advancing Translational Sciences (NCATS), intends to negotiate and award a purchase order without providing for full and open competition (including brand-name) to Leica Microsystems Inc., 10 Parkway North Ste. 300, Deerfield, IL 60015-2526 for Leica Bond RXm Service Contract. This acquisition is conducted as non-competitive for a commercial item or service and is conducted pursuant to FAR 13.106-1(b)(1). The rationale for this sole single-source justification is Leica is the sole manufacturer and distributor of the Bond Rxm System.� Leica Biosystems and its Exclusive Regional Dealers (ERD) are the only source for certified, factory trained service professionals on Leica Biosystems Division (BSD) equipment. (iii)������ The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2024-05, with effective date 05/22/2024. (iv)������ The associated NAICS code is 811210 and the small business size standard is $34M.�� This requirement is non-competitive with no set-aside restrictions (v)������� This requirement is for the following services: One year service contract on a Leica Bond RXm� Serial no: M494014 ����������� Two one year Option Periods (vi)������ The statement of work with a description of the services to be performed is included as Attachment 1 to this Solicitation. (vii)����� The Government anticipates the award of a firm fixed-price purchase order for this acquisition, and the anticipated period of performance is twelve (12) months). (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 52.204-29, Federal Acquisition Supply Chain Security Act Orders � Representation and Disclosures (Dec 2023) FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (Sep 2023) FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (Feb 2024) 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 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (Nov 2023). Addendum to this FAR clause applies to this acquisition and is attached. �FAR 52.217-7, Option for Increased Quantity-Separately Priced Line Item (Mar 1989): The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within the base period of performance. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. The clause at FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000): (a) The Government may extend the term of this contract by written notice to the Contractor within the period of performance of the base period; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 3 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 3 years. �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 below 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) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services (May 2025) FAR 52.222-48�Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Certification (May 2014). NIH Invoice and Payment Provisions Service Contract Labor Standards / Wage Rate Determination. Area: Maryland Counties of Frederick, Montgomery; No. 2015-4269; Dated 04/11/2024; 11 pages. (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 (Feb 2024), 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 requirement(s) or terms and conditions applicable to this acquisition. (xii)����� The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xiii)���� This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. Responses to this solicitation must include sufficient information to establish the interested parties� bona-fide capabilities of providing the product or service. A determination by the Government whether to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will be considered to determine whether to proceed on a non-competitive basis as indicated above, or to conduct a competitive procurement. 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 3:00 p.m., Eastern Time on 06/28/2024, and reference Solicitation Number 75N95024Q00357. Responses must be submitted electronically to Samson Shifaraw, Contracting Officer, at samson.shifaraw@nih.gov. Fax responses will not be accepted. Attachments: Statement of Work FAR 52.212-4, Addendum (Dec 2022) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Products and Commercial Services (May 2024) FAR 52.204-24 (Nov 2021) FAR 52.204-26 (Oct 2020) FAR 52.222-48 (May 2014) Wage Determination NIH Invoice and Payment Provisions (Vendor has Transitioned to IPP) (Mar 2023)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e3d850e88aab4237970458aacb5b97cc/view)
 
Place of Performance
Address: Bethesda, MD, USA
Country: USA
 
Record
SN07104011-F 20240623/240621230106 (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.