Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 04, 2015 FBO #5124
SOLICITATION NOTICE

66 -- Maintenance Agreement on light scattering equipment - Package #1

Notice Date
12/2/2015
 
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, 5601 Fishers Lane, 3rd Floor MSC 9822, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
NOI-RML-D-1767908
 
Archive Date
12/27/2015
 
Point of Contact
Laura L Grey, Phone: 406-375-9812, Julienne Keiser, Phone: 406-363-9370
 
E-Mail Address
laura.grey@nih.gov, jkeiser@niaid.nih.gov
(laura.grey@nih.gov, jkeiser@niaid.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
HHSAR 352.222-71 HHSAR 352.222-70 52.203-99 FAR 52.203-98 FAR 52.212-5 FAR 52.212-4 Sole Source Justifiation This notice is a Notice of Intent. The Government intends to negotiate on a sole source basis with Wyatt Technology Corporation for the procurement of a maintenance agreement on the DAWN HELEOS II, WyattQELS Internal, two Optilab rEX, and the MinniDAWN Treos light scattering equipment. 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-D-1767908. 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) 2005-83 effective 01 Nov 2015. The North American industry classification System (NAICS) code for this procurement is 811219 with a small business size standard of $20.5. This requirement is not set aside for small business. The National Institutes of Allergy and Infectious Diseases ( NIAID), is seeking to purchase a maintenance agreement for the Wyatt Technologies light scattering equipment listed above, FOB Point shall be destination; Rockville, MD 20852. Place of Performance: Rockville, MD Untied States Award will be based on the capability of the maintenance agreement offered to meet the above stated salient characteristic, price past performance, number of preventative maintenance visits, warranty and the best value to the government. The Following FAR provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items (Oct 2015) FAR 52.212-3 Offerors Representations and Certifications - Commercial items (Nov 2015) 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 FAR 52.222-25 Affirmative Action Compliance (April 2015) FAR 52.204-16 Commercial and Governme52.203-98nt Entity Code Reporting (Jul 2015) FAR 52.204-7 System for Award Management (Jul 2013) FAR 52.203-98 Prohibition on Contracting with entities that require Certain Internal confidentiality agreements. (DEVIATION 2015-02) The Following contract clauses apply to this acquisition: FAR 52.212-4 Contract Terms and Conditions Commercial Items (May 2015) FAR 52.212-5 Contract Terms and Conditions required to Implement Statures or Executive Orders Commercial Items (Nov 2015) FAR 52.203 Prohibition contracting with entities that Require Certain Internal Confidentiality Agreements (Feb 2015) FAR 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2015) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.204-13 Systems for Award Management Maintenance (Jul 2013) FAR 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) HHSAR 352-222-70 Contractor Cooperation in Equal Employment Opportunity Investigations (Jan 2010) The applicable subparagraphs of FAR 52.212-5 are included in the attachment to this posting. Quoter must include the following provision in their quote and check the appropriate response. 52.209-2-Prohibition on Contracting with Inverted Domestic Corporations-Representations. (Dec 2014) (a)Definitions. "Inverted domestic corporations" and "Subsidiary" have the meaning given in the clause of this contract entitled prohibition on Contracting with Inverted Domestic Corporations (52.209-10). (b)Government agencies are not permitted to use appropriated (or otherwise made available) funds for contracts with either an inverted domestic corporation, or a subsidiary of an inverted domestic corporation, unless the exception at 9.108-2(b) applies or the requirement is waived in accordance with the procedures at 9.108-4. (c)Representation. By submission of its offer, the offeror represents that - (check one) _____(1) it is not an inverted domestic corporation: and _____(2) It is not a subsidiary of an inverted domestic corporation. By submission of an offer, the offeror acknowledges the requirements that a prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment f 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.acquisiton.gov/far/loadmainre.html or, upon request, either by telephone or fax. This notice of Intent for maintenance on the light scattering equipment as defined herein. The government intends to award a purchase order as a result of this Notice of Intent 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 December 12th, 2015 by 5:00 pm MDST. Offers may be mailed, e-mailed or Faxed to Laura Grey; (Fax - 406-363-9288). (E-Mail/ laura.grey@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 email to Laura Grey, laura.grey@nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/NOI-RML-D-1767908/listing.html)
 
Place of Performance
Address: Rockville, Maryland, 20852, United States
Zip Code: 20852
 
Record
SN03958997-W 20151204/151202234707-3ccd10fddf9dba07476063a0c57f39ad (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 |
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.