Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 15, 2020 SAM #6681
SOLICITATION NOTICE

J -- Service Maintenance Agreement for FACSFortessa, LSR II Special, FACS Calibur and FACSAria II, with accessories and lasers

Notice Date
3/13/2020 2:52:20 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIAID BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
RFQ-NIAID-2012962
 
Response Due
3/27/2020 12:00:00 PM
 
Archive Date
04/11/2020
 
Point of Contact
Skye Duffner, Phone: 4068026092, Julienne Keiser, Phone: 4063639370
 
E-Mail Address
skye.duffner@nih.gov, jkeiser@niaid.nih.gov
(skye.duffner@nih.gov, jkeiser@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-2010737 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) 2020-04, Effective 01/15/2020. 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 million. This requirement is NOT set-aside for small business. Background and Description of the Requirement: The Laboratory of Immune System Biology (LISB) conducts research in fundamental and applied aspects of immunology and investigates the genetic, chemical, and cellular basis of specific immune responses and related aspects of developmental, cellular, and molecular biology as they related to the immune system. The purpose of this contract is to provide coverage for parts and service for any required maintenance of the LSR Fortessa, LSRSpecials, FACSCaliburs and FACSAria II and all lasers during the one-year period of performance specified in the order. The coverage applies to the instrumentation and lasers, and includes labor, travel expenses and parts. Please see the attachments for the equipment list (includes all serial and part numbers) equipment information, and the attached definition of the manufacturers service plan and needed options from manufacturer�s website. Place of Performance: 4 Memorial Drive, Bldg 4, Bethesda, MD 20892 The period of performance for the base year of this requirement is 04/01/2020 � 03/31/2021. On the quote state: *Billing will be quarterly in arrears *Please include your DUNS number *Include response to FAR 52.204-4 attachment and return with quote Submission shall be received not later than 3:00 p.m. EST, March 27,2020. The government intends to award this as a firm fixed price, purchase order in accordance with FAR Part 13. All interested parties should submit quotes based on the criteria detailed in the attached description of the manufacturers service plan and needed options attached to this RFQ. Offerors must list all requested service plan options on quote. All responsible sources who are certified by BD Biosciences as authorized third-party repair vendors may submit a quotation showing their capabilities and past performance repairing this type of equipment. The vendors shall provide a guarantee that only OEM parts and supplies will be used and only certified technicians will perform repairs. All responsible sources may submit a response that will be considered. This documentation will need to be provided at the time of quote submission. 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 evaluation criteria; technical capabilities, key personnel and staffing, past performance, price and the best value to the government. Please provide brief details for each criterion with your quote. See below: The following FAR provisions apply to this acquisition: 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019) FAR 52.212-1 Instructions to Offerors Commercial Items (Oct 2018) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (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 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) The following FAR contract clauses apply to this acquisition: FAR 52-212-4 Contract Terms and Conditions Commercial Items (Oct 2018) FAR 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Jan 2020) *The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. FAR 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Jan 2017) FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019) 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 & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax. Offers may be mailed, e-mailed or faxed to Ms. Skye Duffner, (E-Mail/ skye.duffner@nih.gov 406-802-6092). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f) (Oct 2018) 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 Ms. Skye Duffner at skye.duffner@nih.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4de0f86681d64e99b72e0bff5ab5f4ef/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN05588394-F 20200315/200313230140 (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.