Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 15, 2021 SAM #7105
SOLICITATION NOTICE

J -- MAINTENANCE AGREEMENT FOR AN IMAGESTREAM MKII COMPLETE MAINTENANCE AND SERVICE PLAN

Notice Date
5/13/2021 11:52:48 AM
 
Notice Type
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-2076168
 
Response Due
5/18/2021 9:00:00 AM
 
Archive Date
06/02/2021
 
Point of Contact
Maliaka Pinkney, Phone: 2406695308, Bevin Feutrier, Phone: 4063759826
 
E-Mail Address
maliaka.pinkney@nih.gov, bevin.feutrier@nih.gov
(maliaka.pinkney@nih.gov, bevin.feutrier@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-2076168 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) 2021-05 March 10, 2021. 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. The requirement is being competed full and open competition, un-restricted and without a small business set-aside. The National Institute of Allergy and Infectious Diseases (NIAID) requires a base and four-year option purchase order for a maintenance agreement for maintenance and system upgrades for the Amins ImageStream MKII currently in use in the lab. Due to the heavy usage, the systems must be calibrated and serviced periodically. In addition, they must be repaired quickly when failures occur. It is essential that the systems be restored to full operation as soon as possible. The service plan must include: Unlimited On-Site Service (must include parts, labor, and travel) Annual Preventative Maintenance Service Visit (must include parts labor, calibration kit and travel) Repair Parts (must be OEM parts) Must be an OEM Trained and Authorized Service Technician that can provide a guaranteed 72-hour priority repair response time after initial service call Training Visits (must include one on-site Training by OEM) Technical Support Telephone and Online Priority Service Scheduling Computer Systems (must be updated by Authorized Service Technicians) Firmware and Software Updates (must include Software updates limited to standard installed software (IDEAS, INSPIRE�, and ASSIST software) and additional purchased or subscribed Amnis software. Calibration Beads (must include One (1) Amnis Speedbead� Kit for ImageStream provided per year) Place of Performance: NIH, 9000 Rockville Pike, Bldg. 50, Bethesda, MD 20892, United States.� FOB: Destination 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 lowest price technically acceptable. The technical capability to meet the above requirements and price. The following FAR provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items (June 2020) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (FEB 2021) FAR 52.204-7 System for Award Management (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) 52.204�26 Covered Telecommunications Equipment or Services-Representation (OCT 2020) *** Must complete representation if attached to this solicitation- see attachment 52.204-26 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 2021) *The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.204-13 System for Award Management Maintenance (Oct 2018) FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 2015) 52.252-2 -- Clauses Incorporated by Reference. (Feb 1998) 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 this address:� http://farsite.hill.af.mil/vffara.html 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/far/loadmainre.html & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax. Submission shall be received not later than May 18, 2021 @ 12:00 PM EST Offers may be e-mailed to Maliaka Pinkney at (maliaka.pinkney@nih.gov). Offers shall include RFQ number in the subject line (RFQ-NIAID-2076168). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f) 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 Maliaka Pinkney at maliaka.pinkney@nih.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6759a576b72a40fba656ebd424f0ebc8/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN06000838-F 20210515/210513230119 (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.