SOLICITATION NOTICE
J -- Service Maintenance Agreement
- Notice Date
- 7/28/2020 9:59:59 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
- HHS-NIH-NIDA-(AG)-CSS-75N95020Q00198
- Response Due
- 8/5/2020 9:00:00 AM
- Archive Date
- 08/20/2020
- Point of Contact
- Andrea Clay, Phone: 3014802449
- E-Mail Address
-
amcgee@nida.nih.gov
(amcgee@nida.nih.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Competitive Combined Synopsis/Solicitation� HHS-NIH-NIDA-(AG)-CSS-75N95020Q00198 INTRODUCTION 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. The solicitation number is HHS-NIH-NIDA-(AG)-CSS-75N95020Q00198 and the solicitation is issued as a request for quotation (RFQ). ACQUISITION AUTHORITY� 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; FAR Subpart 13.5-Test Program for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-06, dated June 5, 2020. CONTRACT TYPE The Government intends to award a firm fixed price purchase order for this requirement. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The associated NAICS code for this requirement is 811219 Other Electronic and Precision Equipment Repair and Maintenance, size standard $20.5 dollars. This requirement is set aside for small businesses. BACKGROUND The National Institutes of Health (NIH) is the nation's leading medical research agency and the primary Federal agency whose mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability, conducting, supporting and making medical discoveries that improve people's health and save lives.� PURPOSE AND OBJECTIVES Currently, NIA is in need of a service contract for maintenance. SCOPE OF WORK � Priority Plan 1 PM Qtrap 5500 Mass Spectrometer AU2120910 Priority Plan 1 PM� API4000 Spectrometer V22030801 Assurance Plan 1 pm 5600 Accurate Mass Instrument BN21361307 Assurance Plan 1pm Selexion Device BG21651305 1PM Assurance Plan for LC devices EKS nanoL C400 series Pump AU21210910 1PM Assurance Plan for LC devices EKS nanoLc400 Series Pump V22030801 1PM Assurance Plan for LC Devices Shimadzu System AU21210910 Vendor Assurance Plan 1PM Peak ABN2ZA Gas Generator BN21361307 Vendor Assurance Plan 1pm Peak Genius 3031 Gas Gen V22030801 EKS Nano LC400 Series Pump 13-02-20-140, 130017� 1PM Assurance Plan for LC Devices EKS nanoLC400 Series Pump 16-02-20-236, 160017 1PM Assurance Plan for LC Devices Shimadzu XR System L20435453622, L20435453623, L20235356444, L20455451044; L20705366524; L20215452738 �1PM Assurance Plan for LC Devices Peak ABN2ZA Gas Generator A13-07-112� Vendor Assurance Plan 1PM Peak Genius 3031 GAS Gen A16-09-049� Vendor Assurance Plan 1PM PVAR 5200VA 22052108R-1630018� Vendor Exchange Place of Performance: 251 Bayview Blvd Baltimore, MD 21224 ANTICPATED PERIOD OF PERFORMANCE: The anticipated period of performance of this firm fixed price contract will be �September 1, 2020 � May 31, 2021. LEVEL OF EFFORT: The service will be provided by a qualified ABsciex technician who has trained specifically on these instruments. The contractor is expected to provide personnel (ABsciex Engineers) with the qualifications needed to work on the mass spectrometers and to provide all parts, materials, and equipment necessary to resolve any issues that compromise the full and proper functioning of this equipment. In order to minimize instrument down-time, the contractor must maintain a complete inventory of OEM-approved replacement parts for each of the instruments covered under the proposed service contract and must have access to the most recent versions of the OEM�s operating and diagnostic software to install on each instrument to run and maintain that instrument. The contractor must provide direct access by telephone and/or internet to OEM engineers capable of diagnosing hardware and software malfunctions and dispatching replacement parts and/or service technicians as needed to return the covered instruments to normal function. REPORTING REQUIREMENTS� Documentation shall be provided by the vendor to show they completed the preventive service on the equipment and left with the POC from the NIA. Attachments: Statement of Work Equipment List Attachment 2 - 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (July 2020) Responses to this solicitation must include sufficient information to establish the interested parties� bona-fide capabilities of providing the product or service.� The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision.� Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. The following FAR provisions shall apply to this solicitation: 52.204-7 System for Award Management (Oct 2018), 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016), 52.212-1, Instructions to Offerors--Commercial Items (Mar 2020), 52.212-2, Evaluation--Commercial Items (Oct 2014). Evaluation factors that will be used to evaluate the offer most advantageous to the Government, price and other factors considered, include ability to meet the technical requirements stated in this solicitation and on basis of best value to the government. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items (Mar 2020), with their offer. The following clauses shall apply to this solicitation: 52.204-13, System for Award Management Maintenance (Oct 2018), 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016), 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2018). 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.sam.gov."" All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. All responses must be received by August 3, 2020 at 12:00 pm, Eastern Daylight Time (EDT) and must reference solicitation number HHS-NIH-NIDA-(AG)-CSS-75N95020Q00198.� Responses may be submitted electronically to amcgee@mail.nih.gov.� For information regarding this solicitation, contact Andrea Clay by email at amcgee@mail.nih.gov or by phone at (301) 480-2449.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ad8556b95ebb4f269371318b68bd6506/view)
- Place of Performance
- Address: Baltimore, MD 21224, USA
- Zip Code: 21224
- Country: USA
- Zip Code: 21224
- Record
- SN05735886-F 20200730/200728230138 (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 |