SOLICITATION NOTICE
J -- Annual Maintenance of GE Healthcare Instruments
- Notice Date
- 8/28/2020 8:43:46 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
- 75N95020Q00273
- Response Due
- 9/1/2020 9:00:00 AM
- Archive Date
- 09/16/2020
- Point of Contact
- Mark McNally, Phone: 301-827-5869
- E-Mail Address
-
mark.mcnally@nih.gov
(mark.mcnally@nih.gov)
- Description
- �(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. One or more of the items under this acquisition is subject to Free Trade Agreements. (ii)������� The solicitation number is 75N95020Q00273 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; FAR Subpart 13.5�Simplified Procedures for Certain Commercial Items; and FAR Part 12�Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. The Government anticipates award of a firm fixed-price purchase order for this acquisition. The anticipated award date is around September 11. 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 Acquisition (OA), 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 Global Life Sciences Solutions USA LLC, 100 Results Way, Marlborough, MA 01752 �for Annual Maintenance of GE Healthcare Instruments. This acquisition is conducted as non-competitive for a commercial item or service and is conducted pursuant to FAR 13.106-1(b)(1). The rationale for this sole single-source justification is the systems requiring maintenance are proprietary to Global Life Sciences Solutions, and therefore no other company is capable or authorized to perform maintenance. Use of any other contractor would void equipment warranties and jeopardize system functionality. This equipment is used for research purposes and non-functional equipment or inappropriately calibrated equipment would void data standardization and irreparably damage NCATS research data. In order to maintain consistency of data and protocols, exactly the same preventive maintenance parts and procedures must be implemented on these systems. All parts and accessory items must be compatible in all aspects (form, fit, and function) with the existing equipment. The current equipment is listed in the attached Statement of Work (SOW). Only this vendor�s employees are trained, qualified and authorized to service this equipment. � (iii)������ The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2020-08 with effective date August 13, 2020. (iv)������ This requirement has no set-aside restrictions. The associated NAICS code is 811219 and the small business size standard is $22 million.� � (v)������� The National Center for Advancing Translational Sciences (NCATS) at the National Institutes of Health (NIH) requires the following services: Annual Maintenance of GE Healthcare Instruments. (vi)������ The statement of work with a description of the services to be performed is included as Attachment 1 to this Solicitation. (vii)����� The period of performance will be twelve (12) months from the date of award. (viii)���� The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at these addresses:� https://www.acquisition.gov/browse/index/far�� https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html�� � (End of provision) The following provisions apply to this acquisition and are incorporated by reference: FAR 52.204-7, System for Award Management (Oct 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016) FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020) FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation (Dec 2019) FAR 52.212-1, Instructions to Offerors-Commercial Items (Jun 2020) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Jun 2020) FAR 52.214-34, Submission of Offers in the English Language (Apr 1991) FAR 52.214-35, Submission of Offers in U.S. Currency (Apr 1991) FAR 52.222-48, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Certification (May 2014) FAR 52.225-4, Buy American-Free Trade Agreements-Israel Trade Act Certificate (May 2014) The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these addresses: https://www.acquisition.gov/browse/index/far���� https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html� (End of clause) The following clauses apply to this acquisition and are incorporated by reference: FAR 52.204-13, System for Award Management Maintenance (Oct 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016) FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020) FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2018). Addendum to this FAR clause applies to this acquisition and is attached. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jul 2020). The following clauses under subparagraph (b) are indicated as incorporated by reference: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) FAR 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Jun 2020) FAR 52.219-28, Post Award Small Business Program Representation (May 2020) FAR 52.222-3, Convict Labor (Jun 2003) FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2020) FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015) FAR 52.222-26, Equal Opportunity (Sep 2016) FAR 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) FAR 52.222-50, Combating Trafficking in Persons (Jan 2019) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020) FAR 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (May 2014) FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.232-33, Payment by Electronic Funds Transfer�System for Award Management (Oct 2018) FAR 52.222-41, Service Contract Labor Standards (Aug 2018) FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) FAR 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) FAR 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) FAR 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) The following provisions and clauses apply to this acquisition and are attached in full text: � INTERIM ELECTRONIC INVOICING INSTRUCTIONS: Electronic Invoicing Instructions for NIH Contractors/Vendors - Effective April 23, 2020, all NIH contractors/vendors invoices should be sent electronically via email using the attached electronic submission instructions which are applicable to this order and are incorporated in full text as an attachment. These procedures are to be followed until further notice. Addendum to these invoicing instructions applies to this acquisition. The additional instructions to offerors are as follows: The Contractor shall invoice for payment quarterly in arrears. � STANDARD INVOICING INSTRUCTIONS: Invoice and Payment Provisions (02/2014) - NIH implementation requirements of the PROMPT PAYMENT clause at FAR 52.232-25 are applicable to this order and are incorporated in full text as an attachment. In the event the interim procedures are rescinded, these procedures take effect. Addendum to these invoicing instructions applies to this acquisition. The additional instructions to offerors are as follows: The Contractor shall invoice for payment quarterly in arrears. � Service Contract Labor Standards / Wage Determination. State: Maryland. Area: Counties of Frederick, Montgomery. No. 2015-4269 Revision No. 12. Dated 04/23/2020 11 pages. * * The applicable Wage Rate Determinations for all states and counties where work may be performed can be accessed here: https://www.wdol.gov/sca.aspx (ix)������ The Government will perform a comparative evaluation of responses in accordance with FAR 13.106-2(b)(3) and award a purchase order from this solicitation 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 evaluation will compare: Technical Capability of the services 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. (x)������� Offerors are to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with offers. (xi)������ The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Addendum to this FAR clause applies to this acquisition and is attached. (xii)����� The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and is incorporated by reference. The additional FAR clauses under subparagraph (b) incorporated by reference that apply to this acquisition are cited under (viii) of this solicitation. (xiii)���� There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xiv)���� The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (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. The response shall contain a quotation that includes the total price, as well as: the unit price, list price, terms and conditions, product or catalog number(s), product/service 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; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. 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. � 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 quotations must be received by 05:00 PM Eastern August 28, 2020, and reference Solicitation Number 75N95020Q00273. Responses must be submitted by email to Mark McNally, Contracting Officer, at mark.mcnally@nih.gov. (xvi)���� The name and telephone number of the individual to contact for information regarding the solicitation: Mark McNally, Contracting Officer, 301-827-5869, mark.mcnally@nih.gov.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/fa820a080187455abb0e5404f38135b9/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05777580-F 20200830/200831093742 (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 |