Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 10, 2020 SAM #6798
SOLICITATION NOTICE

J -- Maintenance, Repair and Rebuilding of Equipment / PROCISE Protein Sequencers

Notice Date
7/8/2020 12:33:01 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
NIAID-RFQ-20-2013662
 
Response Due
7/17/2020 8:00:00 AM
 
Archive Date
08/01/2020
 
Point of Contact
Tonia Alexander, Phone: 2406695124
 
E-Mail Address
talexander@niaid.nih.gov
(talexander@niaid.nih.gov)
 
Description
This notice is a combined synopsis/solicitation Request for Quotation NIAID-RFQ-20-2013662 for commercial items prepared in accordance to with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued.� The solicitation document and incorporated provisions and clauses are those in effect with the Federal Acquisition Circular 2020-07 dated July 2, 2020.� The National Institute of Allergy and Infectious Diseases (NIAID), is requesting to procure a renewal service maintenance agreement for two (2) PROCISE Protein Sequencers that consist of the following: 1) Sequencer AB Model 494, Serial #9409169J that includes a PE200 UV detector s/n 292N0060802E and AB 140C HPLC pump s/n 19408167, and 2) Sequencer AB Model 491, Serial #1000000035 that includes a PE200 UV detector s/n 292N4091001 an AB 140D HPLC pump s/n 110000078.� FAR Part 12 � Acquisition for Commercial Items and FAR Part 13 -� Simplified Acquisition Procedures will be used for this acquisition.� This acquisition will be made pursuant to the authority in FAR Part 13.501(a)(1). Only one award will be made as a result of this solicitation.� This acquisition will be awarded as a firm-fixed price purchase order, and is not a small business set-aside.� The associated North American Industry Classification System (NAICS) Code is 811219, with the size standard of $22.0 in millions.� Anticipated period of performance is for one (1) year starting July 24, 2020 � July 23, 2021.� Services shall be performed in Rockville, MD 20852. The following apply to this acquisition: FAR Part 52.212-1 Instructions to Offerors � Commercial Items FAR Part 52.212-3 Offeror Representations and Certification � Commercial Items FAR Part 52.212-4 Contract Terms and Conditions � Commercial Items FAR Part 52.212-5 Contract Terms and Conditions Required to Implement Status or Executive Orders � Commercial Items (see attached) FAR Part 52.204-7 System for Award Management FAR Part 52.204-13 System for Award Maintenance FAR Part 52.204-16 Commercial for Government Entity Code Reporting FAR Part 52.204-24� Representation Regarding Certain Telecommunications and Video Surveillance Services of Equipment FAR Part 52.232-40 Providing Accelerated Payments to Small Business and Subcontractors FAR Part 52.242-15 Stop-Work Order By reference the Department of Health and Human Services Acquisition Regulation (HHSAR) 352.222-70 - Contractor Cooperation in Equal Employment Opportunity Investigations 352.239-73 Electronic and Information Technology Accessibility Notice The Research Technologies Branch (RTB), Protein Chemistry Section (PCS) requires a service agreement for two (2) PROCISE Protein Sequencers that will maintain the equipment in optimal operating condition.� The PROCISE Protein Sequencers are utilized daily to unambiguously identify proteins in a sample for NIAID researchers.� At this time the PROCISE Protein Sequencers are the only instruments in the lab that determine the amino acid sequence of proteins/peptides.� As these instruments are in daily use, repair and/or upgrades must be immediately available in order to prevent loss of research and to maintain continuity of experiments.� Certified and factory trained engineers with expertise of the PROCISE Protein Sequencers instruments are to service these instruments and provide immediate technical support and repair services to prevent downtime in the event the instrument malfunctions.� All parts shall be new or remanufactured to the original equipment specifications, accessories, and software must be compatible with existing equipment no substitutions allowed.� To use different parts may cause the instruments to not be calibrated to optimal specifications such that the samples between experiments will not be analyzed and compared.� Quality of experimental results may be compromised and time lost due to repeated experiments to confirm experimental results.� The requested coverage of the service agreement consist of the following: parts, labor and travel for remedial repair; one (1) preventative maintenance per instrument, guaranteed priority response time of two (2) business days to schedule repair/service; software service in accordance with the manufacture�s latest established service procedures; advance notice of installation of all software updates, including regular updates and defective software revisions, and telephone and email access to application technical support during normal business hours (Monday through Friday, 9:00am � 5:00pm eastern time).� See attached Statement of Work.� NIAID will evaluate quotes to determine the best value to the government.� NIAID will make a Best Value Determination based on the capability of each offeror�s quote to provide all requested products/services, and meet the required technical specifications at a reasonable price. All responsible sources who can provide the required service agreement may submit a response that could be considered by email (subject line to reference NIAID-RFQ-20-2013662) to Tonia Alexander at talexander@niaid.nih.gov, by 11:00am eastern daylight time (EDT) Friday, July 17, 2020.� All information furnished must be in writing and must contain sufficient detail to allow NIAID to determine if it can meet the above specifications described herein.� By submission of an offer, the Offeror confirms 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.� Note: Lack of registration in SAM will make an Offeror ineligible for award.� Quotes must be received by the reference date of July 17, 2020 and time of 11:00am (EDT).� Any quotation received by NIAID after this date and exact time specified is late and will not be considered.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f248fd64fb4f4bfe9cc7f9183e32bf9a/view)
 
Place of Performance
Address: Rockville, MD 20852, USA
Zip Code: 20852
Country: USA
 
Record
SN05714594-F 20200710/200708230140 (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.