Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 22, 2024 SAM #8335
SOLICITATION NOTICE

J -- SERVICE CONTRACT OF FORTESSA AND FACS FLOW SUPPLY SYSTEM (AMBIS 2239377)

Notice Date
9/20/2024 12:17:06 PM
 
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-25-2239377
 
Response Due
9/30/2024 9:00:00 AM
 
Archive Date
10/15/2024
 
Point of Contact
Mildred Moss, Phone: (240)-236-9272, 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 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-24-2239377 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) 2024-06 August 29, 2024. 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), Laboratory of Allergic Diseases (LAD), has a requirement for maintenance services for the LSR Fortessa and accompanying FACS Flow Supply System. The Laboratory of Allergic Diseases (LAD) currently owns the LSR Fortessa (serial #R64717700193) and FACS Flow System (serial #N3492775417). In order to maintain the integrity of on-going research it is imperative that the listed equipment be maintained in fully operational status. We require OEM parts and labor for maintenance and service of this instrument. LSRFortessa SORP, Customer Material #647177, Serial#: R64717700193 Coverage includes the BD LSRFortessa Special Order System with one Computer Workstation (excluding lasers and printers)� OBIS 488-100 LS Blue Lsr, Customer material#: 658296 OBIS 640-100 LX Red Lsr, Customer material#: 653539 OBIS 405-100 LX Violet Lsr, Customer material#: 653535 OBIS 561-100 LS Y/G Laser , Customer material#: 658298 G4 355-60 w/BD UV Lsr, Customer material#: 655729 FACS Flow Supply System, Serial #N3492775417, Customer material#: 349277 The contractor shall provide: 2 Preventive Maintenance Inspections to be performed during a twelve-month period, including 2 PM Kits. Labor, travel expenses and OEM parts. Software revisions released during the Agreement terms. Unlimited service visits, Monday-Friday, excluding holidays. Unlimited telephone support for instruments, reagents, and applications will be provided at no extra charge. 48-hour guaranteed response to a request for emergency on-site service Monday-Friday. *Priority onsite scheduling equal to the 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. *Note: A priority status is required for this service agreement and as priority status is only available with a direct contract with BD Biosciences, quotes submitted by third-party vendors must also include a direct contract with BD Biosciences to be considered or a guarantee that priority response service is equal to that of a direct contract with BD Biosciences. *Third-party vendors must include their guaranteed response time to make emergency calls made to BD Biosciences, as well as documentation of OEM trained technicians is required. *Third party vendors must provide a letter from the manufacturer stating that a billable contract on our behalf will indeed have the same priority on-site response time given to that of a direct contract holder. *Special note: This equipment goes through a rigorous decontamination process every time for PM and repair. The decontamination may shorten the life of the parts resulting in the possibility of replacement parts and repairs needed more often than the standard life expectancy. Payment Terms: Quarterly in Arrears. Period of Performance: Period of performance for full performance is 11/8/2024 � 11/7/2025. Place of Performance: NIH, NIAID, 10 Center Drive, Bldg 10, Room 11N323, Bethesda, MD, 20814.� 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. 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) 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) FAR 52.217-8 Option to Extend Services (NOV 1999) 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 September 30, 2024 @ 12:00pm 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/a445c1125a0a42b8bc6feff020f17216/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN07219466-F 20240922/240920230116 (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.