SOLICITATION NOTICE
J -- Service plan for Thermo Scientific instruments in ADME bioanalytical laboratory
- Notice Date
- 3/12/2020 9:24:56 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- 75N95020Q00036
- Response Due
- 3/23/2020 8:00:00 AM
- Archive Date
- 04/07/2020
- Point of Contact
- Stuart Kern, Phone: 3014023334
- E-Mail Address
-
stuart.kern@nih.gov
(stuart.kern@nih.gov)
- Description
- NON-COMPETITIVE COMBINED SYNOPSIS / SOLICITATION Title: Service contracts for Thermo Scientific instruments in ADME bioanalytical laboratory �(i)������� This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii)������� The solicitation number is 75N95020Q00036 and the solicitation is issued as a request for quotation (RFQ). This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13�Simplified Acquisition Procedures and FAR Part 12�Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME).� The National Institute on Drug Abuse (NIDA) Office of Acquisitions, NCATS Section, on behalf of the National Center for Advancing Translational Sciences (NCATS), intends to negotiate and award a purchase order without providing for full and open competition (Including brand-name) to Thermo Electron North America LLC, 1400 Northpoint Pkwy Ste 50, West Palm Beach, FL 33407-1976, for service contracts for Thermo instruments in the ADME laboratory. (iii)������ The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04 dated January 15, 2020. (iv)������ The associated NAICS code 811219 and the small business size standard is $22 million. This requirement is not set aside. (v)������� The Government requires the following service and support plans to support the associated items of laboratory instrumentation: Thermo Electron Unity essential support plan MSPEC-LC-MS, to support the following item: Thermo Electron Q-Exactive Mass Spectrometer. Thermo Electron Unity essential plans CHROM-LC-DNX to support the following three items: Thermo Electron UltiMate 3000 HPG-3400RS Thermo Electron Ultimate 3000 WPS-3000TRS Thermo Electron UltiMate 3000 TCC-3000SD (vi)������ The contracting officer has determined that only one source is reasonably available due to proprietary rights in design and intellectual property of the subject instrumentation that limit support services to the owner of those rights. (vii)����� The period of performance is April 23, 2020 to April 22, 2021, with two additional one-year option periods, at: The National Center for Advancing Translational Sciences (NCATS) 9800 Medical Center Drive Rockville, MD 20850 (viii)���� The provision at FAR clause 52.212-1, Instructions to Offerors � Commercial Items, applies to this acquisition. (ix)������ The award resulting from this solicitation will be made to the responsible offeror whose proposal is most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: Technical Capability, Past Performance, and Price. In the event that multiple quotations are received, comparative evaluations will be conducted in accordance with FAR 13.106-2(b)(3). In that case, award will be made to the responsible offeror whose response meets the solicitation�s requirements and, as a whole, will be most advantageous to the Government, price and other factors considered. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (x)������� Offerors are to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications�Commercial Items, with its offer. (xi)������ The FAR clause at 52.212-4, Contract Terms and Conditions � Commercial Items, applies to this acquisition. The following FAR provisions or clauses are incorporated by reference: 52.204-7, System for Award Management (Oct 2018) 52.204-13, System for Award Management Maintenance (Oct 2018) 52.204-16, Commercial and Entity Code Reporting (Jul 2016) 52.204-18, Commercial and Entity Code Maintenance (Jul 2016) 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or EquipmentHHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015). 52.212-4(g), Invoice, is supplemented by the NIH Invoice and Payment Instructions (2/2014). 52.222-41, Service Contract Labor Standards 52.222-48, Exemption from Application of the Service Contract Labor Standards to Contract for Maintenance, Calibration, or Repair of Certain Equipment - Certification 52.222-52, Exemption from Application of the Service Contract Labor Standards to Contract for Maintenance, Calibration, or Repair of Certain Equipment - Requirements (xii)����� FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items, applies to this acquisition. (xv)����� This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. Responses to this solicitation must include sufficient information to establish the interested parties� bona-fide capabilities of providing the product or service. A determination by the Government whether to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will be considered to determine whether to proceed on a non-competitive basis as indicated above, or to conduct a competitive procurement. If the Government opts to use a competitive procurement, offers will be evaluated using a comparative evaluation approach in accordance with FAR 13.106-2(b)(3). In that case, award will be made to the responsible offeror whose response meets the solicitation�s requirements and, as a whole, will be most advantageous to the Government, price and other factors considered. The comparative evaluation will include: Technical Capability of the item(s)/service(s) to meet the Government requirement, Price, Terms and Conditions, and Past Performance. Responses may exceed capability or performance characteristics of the solicitation�s requirements. The Government reserves the right, but is not required, to award to a response that exceeds capability or performance characteristics of the solicitation�s requirements if it provides a benefit to the Government. (xvi)���� In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.beta.sam.gov. All responses must be received by Monday, March 23, 2020, at 11:00 a.m. Eastern time, and reference number 75N95020Q00036. Responses must be submitted by email to Stuart Kern, Contracting Officer, stuart.kern@nih.gov, 301-402-3334.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/113745d4c0494e08addd60410fb7f7b3/view)
- Place of Performance
- Address: Rockville, VA, USA
- Country: USA
- Country: USA
- Record
- SN05586856-F 20200314/200312230139 (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 |