SOLICITATION NOTICE
J -- MAINTENANCE CONTRACT FOR THERMO ELECTRON CORP QEHF-LC EQUIPMENT
- Notice Date
- 11/13/2024 11:16:51 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-25-2243700
- Response Due
- 11/18/2024 8:00:00 AM
- Archive Date
- 12/03/2024
- Point of Contact
- Mildred Moss, Phone: 2402369272, Tonia Alexander, Phone: 2406695124
- E-Mail Address
-
mildred.moss@nih.gov, talexander@niaid.nih.gov
(mildred.moss@nih.gov, talexander@niaid.nih.gov)
- Description
- This solicitation is modified to change the Date Offers Due to the date of November 18th, 2024, and to add the terms and conditions for this requirement. 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-25-2243700 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) 2024-07, September 30, 2024. The National Institute of Allergy and Infectious Diseases (NIAID) Laboratory of Immune System Biology (LISB) has a requirement for maintenance agreements for the Thermo Electron Corp Q-EHF system mass spectrometer. Maintenance service for the spectrometer is crucial to LSB and CHI research efforts. This high-tech system is in high demand/high usage and is critical in the collection of complex proteomic data for various projects. This system is being utilized to analyze high value, limit samples, that cannot be replaced and if compromised through a lack of system maintenance, improper maintenance, and/or is not calibrated on a routine basis would have a series impact/delay on critical research efforts. This request is for maintenance service on the Thermo Electron Q-EHF system. Maintenance service for this system is critical to ensure instrument is functioning properly to provide accurate data. The manufacturer does not license third party technicians. Therefore Thermo Fisher Scientific certification as a dealer /service provider is required. The current requirements are as follows: Material: 0726041 Serial Number: SN05461L Description: Q Exactive HF Mass Spectrometer Coverage: UNITY ESSENTIAL SUPPORT PLAN-MSPEC-LC-MS 2. Material: 5200.0355 Serial Number: 8155465 Description: UltiMate 3000 Binary RSLCnano Coverage: UNTY ESSENTIAL PLAN CHROM LC DNX 3. Material: 5826.0020 Serial Number: 8155549 Description: Dionex WPS-3000TPL RS AUTOSAMPLER Coverage: UNTY ESSENTIAL PLAN CHROM LC DNX Plan Features: ~ Field Service Engineer labor, travel, and parts required for Corrective Maintenance visits with a targeted response time of 3 business days ~ Priority status for technical support inquiries with a targeted immediate response time. A certified service engineer will conduct diagnosis and Corrective Maintenance procedures using the latest digital remote support tools ~ One (1) scheduled annual standard Preventive Maintenance visit (standard PM kit included) ~ Access to Unity Lab Services Online Knowledge Base ~ 10% discount on spare parts (not covered by corrective maintenance), accessories, and consumables for the instruments covered under this contract and during the effective period of this contract ~ Software and firmware updates upon request and in conjunction with a scheduled Preventive Maintenance or Corrective Maintenance visit (updates are defined as changes of the existing software version that are intended to improve its performance) ~ 10% discount off list price for the training classes purchased during the contract validity period. Period of Performance(s) are as follows: The estimate period of performance for full performance is January 13, 2025 � January 12, 2026 inclusive of options. Quoting Instructions: Due to the sensitive nature of the projects, services provided must be of equal service provided under a direct contract from the manufacturer, Thermo Electron North America LLC. All 3rd party offerors must include Thermo Electron North America LLC certification documentation as a dealer /service provider for Thermo Electron North America LLC for quotes to be considered. All 3rd party offerors, if providing a quote for services provided under a billable contract, must include Thermo Electron North America LLC certification documentation confirming a billable contract service is of equal service as a direct contract, including priority response time. Place of Performance: NIH/NIAID/LISB, 4 Memorial Drive, 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 following: technical capability to meet the requirements and price. By submitting a quote in response to this solicitation, vendor is accepting the following terms and conditions: 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 (MAY 2024) 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) FAR 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 (MAY 2024) *The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. 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) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (DEC 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 November 18, 2024 @ 11:00 AM EST All quotations and required documents must be submitted via the NIAID electronic Simplified Acquisition Submission System (eSASS) website at https://esass.nih.gov. All vendors must register in the eSASS system to submit a quotation. Instructions on how to register / submit quotes are included on the website. 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2d67ee1f482b4f908fa756536a8e8855/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN07263278-F 20241115/241113230104 (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 |