Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 13, 2016 FBO #5285
SOLICITATION NOTICE

J -- 1 year service agreement, Varian Mercury 300 NMR System - Terms and Conditions

Notice Date
5/11/2016
 
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
RFQ-RML-D-1793215
 
Archive Date
6/4/2016
 
Point of Contact
Bevin L. Feutrier, Phone: 406-375-9826, Julienne Keiser, Phone: 406-363-9370
 
E-Mail Address
bevin.feutrier@nih.gov, jkeiser@niaid.nih.gov
(bevin.feutrier@nih.gov, jkeiser@niaid.nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
52.212-5 terms and conditions 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-RML-D- 1793215 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) 2005-87 April 6, 2016. The North American Industry Classification System (NAICS) code for this procurement is 811219, Other Electronic and Precision Equipment Repair and Maintenance, with a small business size standard of $20.5. The acquisition is 100% set aside for small business. Description of the Requirement: The Tuberculosis Research Section (TRS) of the Laboratory of Clinical and Infectious Diseases (LCID) requires a preventative maintenance service contract for the period of 06/01/2016 - 05/31/2017 for the following laboratory equipment: MNF: Varian, Nuclear Magnetic Resonance Spectroscopy (NMR) QTY: 1 Model: Varian Mercury L900, # 958220-04, magnet #6218, serial #S010169 * note, this equipment has been covered under continuous maintenance agreements and has not lapsed in coverage With this, additional Labor only Cryogen Fill Service Agreement must be added. This includes the Varian Mercury 300 NMR with up to 6 fills per year, two fills to occur in conjunction with the PSI visits. Statement of Work: Field Service Agreement for a Varian Mercury 300 NMR system A. Scope 1. The contractor will provide service and maintenance on the above system and peripherals, for a period of 12 months from the execution of this agreement. 2. The contractor will respond to requests for service and repairs on an as needed basis within forty eight hours. In addition the contractor will provide two scheduled preventative maintenance visits for routine repairs and adjustments. These two visits will be scheduled for the commencement of the service agreement and approximately the mid-point of the agreement. 3. Upon execution of a new agreement, the contractor will perform initial testing and inspection of the system and peripherals, including (as appropriate) measurement of magnet homogeneity and performance (i.e. cryogen boil-off rate), operation of computer system, RF transmitter and receiver, room temperature shims, CT terminal, Keyboard, Plotter, Disk Drives, cryogen Level monitor, probes and general system operation (including resolution, line shape and sensitivity performance). The initial testing and inspection visit will constitute one (1) of the two (2) above mentioned preventative maintenance visits, and will not represent an additional visit. Labor only Cryogen Fill Service Agreement A. Scope 1. The contractor will provide liquid He fill service on the above system(s), for a period of 12 months from the execution of the agreements, up to 6 fills per year. The contractor will provide liquid He fill service on a pre-scheduled basis under an agreement to be jointly developed by the contractor and customer. The government intends to 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; price, capability to meet the requirements, delivery 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 (April 2016) 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 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Nov 2015) is updated in your SAM record) FAR 52.203-98 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (DEVIATION 2015-02) The following FAR 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 Statutes or Executive Orders Commercial Items (March 2015) *The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. FAR 52.203-99 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Feb 2015) FAR 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011) FAR 52.204-18 Commercial and Government Entity Code Maintenance (July 2015) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 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 (Dec 2015) 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 05/20/2016 2:00 EST. Offers may be mailed, e-mailed or faxed to Bevin Feutrier; (Fax - 406-363-9288), (E-Mail/ bevin.feutrier@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 Bevin Feutrier @ bevin.feutrier@nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/RFQ-RML-D-1793215/listing.html)
 
Place of Performance
Address: NIH, 9000 Rockville Pike, BLDG 33 RM: 2W20, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04112714-W 20160513/160511234157-f3adae210991ef8559864433bcea1c99 (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.