SOLICITATION NOTICE
66 -- BD LSR II Special System Maintenance Agreement - (Draft)
- Notice Date
- 10/21/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, Maryland, 20817
- ZIP Code
- 20817
- Solicitation Number
- NOI-RML-5-15005
- Archive Date
- 11/13/2014
- Point of Contact
- Barbara D Horrell, Phone: 406-363-9489, Lynda Kieres, Phone: 406-363-9210
- E-Mail Address
-
horrellb@niaid.nih.gov, lkieres@niaid.nih.gov
(horrellb@niaid.nih.gov, lkieres@niaid.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- FAR 52.212-5 and HSAR clause This notice is a Notice of Intent. The Government intends to negotiate on a sole source basis with BD Biosciences for the procurement of an annual maintenance agreement for a LSRII Special system and computer workstation. 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; quotes are not being requested and a written solicitation will not be issued. Submit offers on NOI-RML-5-15005. This acquisition is a Notice of Intent (NOI). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-77 October 14, 2014. The North American Industry Classification System 811219 code for this procurement is (enter code) with a small business size standard of 500 employees. This requirement is not set aside for small business. The National Institute of Allergy and Infectious Diseases (NIAID), Rocky Mountain Laboratories, is seeking to purchase a maintenance agreement for a BD LSR II Special Order System and the computer workstation for it. Maintenance agreement must cover on site remedial repair plus two on site preventive maintenance visits. All parts, preventive maintenance kits, labor and travel must be covered by the maintenance agreement. All work must be performed by certified BD technicians, and all parts must be OEM BD parts. Equipment to be covered: LSRII Special (no lasers), computer workstation(excludes printer), Sapphire 488-50 blue laser, Red COHR cube 640-40 laser, Light Green Compass 561-40 Laser, Violet Cube 405-50c laser. FOB Point shall be Destination; Hamilton, MT 59840. Place of Performance: Rocky Mountain Lab 903 S 4th St Hamilton, MT 59840 United States Award will be based on the capability of the item offered to meet the above stated salient characteristics, price, past performance, delivery, warranty, and the best value to the government. The following FAR provisions apply to this acquisition: 52.212-1 Instructions to Offerors Commercial Items (April 2014) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (May 2014) 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 The following contract clauses apply to this acquisition: FAR 52-212-4 Contract Terms and Conditions Commercial Items (May 2014) FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (October 2014) The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. 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 or, upon request, either by telephone or fax. This is an open-market combined Notice of Intent for BD LSRII System Maintenance Agreement as defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process all quotes must include a statement regarding the terms and conditions herein as follows: "The Terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" (Quoter shall list exception(s) and rationale for the exception(s).) Submission shall be received not later than 4:00pm Mountain Time October 29, 2014. Offers may be mailed, e-mailed or faxed to Barbara Horrell; (Fax - 406-363-9288), (E-Mail/ horrellb@niaid.nih.gov). 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 Barbara Horrell horrellb@niaid.nih.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/NOI-RML-5-15005/listing.html)
- Place of Performance
- Address: Rocky Mountian Laboratories, 903 S 4th St, Hamilton, Montana, 59840, United States
- Zip Code: 59840
- Zip Code: 59840
- Record
- SN03554539-W 20141023/141021234023-9932d971acabc42ec53a5607ff056000 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |