SOLICITATION NOTICE
J -- PREMIUM MAINTENANCE AGREEMENT FOR CYTEK AURORA 5 LASER
- Notice Date
- 2/10/2022 11:42:52 AM
- 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-2108201
- Response Due
- 2/25/2022 9:00:00 AM
- Archive Date
- 03/12/2022
- Point of Contact
- Maliaka Pinkney, Phone: 2406695308, Julienne Keiser, Phone: 4063639370
- E-Mail Address
-
maliaka.pinkney@nih.gov, jkeiser@niaid.nih.gov
(maliaka.pinkney@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-2108201 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) 2022-02 January 14, 2022. 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 $22 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) has a requirement for a brand name or equal maintenance agreement for coverage of parts and service for the required maintenance of the Cytek Aurora Flow cytometer with lasers, sample loader, and computer workstation during the one-year period of performance from 4/7/2022 - 4/6/2023. The service plan must include the following on-site requirements: Two Preventive Maintenance Inspections to be performed during a twelve-month period, including 2 PM Kits, all non-consumable parts, travel, and labor for repair visit 24-hour (maximum) response time for technical support and 48-hour (maximum) response time for non-functional instruments, with escalation to the top of our priority field service job queue; on-site and remote assistance, including assistance with panel design, data analysis, assay optimization and troubleshooting, and general scientific consultation by a dedicated regional OEM Technician; unlimited telephone technical support. Software Revisions released during the Agreement term. Unlimited service visits by OEM Technician, Monday-Friday, excluding holidays. Unlimited telephone support for instruments, reagents and applications will be provided at no additional charge. � Place of Performance: NIH, 9000 �Rockville Pike, 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 following: technical capability to meet the requirements and price. � The following FAR provisions apply to this acquisition: � FAR 52.212-1 Instructions to Offerors Commercial Items (NOV 2021) � FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (NOV 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�24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) *** Must complete representation if attached to this solicitation- see attachment 52.204-24 � The following FAR contract clauses apply to this acquisition: � FAR 52-212-4 Contract Terms and Conditions Commercial Items NOV 2021) � FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (JAN 2022) *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 (NOV 2021) � FAR 52.204-13 System for Award Management Maintenance (OCT 2018) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (DEC 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.htm 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 February 25, 2022 @ 12:00 PM EST Offers may be e-mailed to Maliaka Pinkney (E-Mail/maliaka.pinkney@nih.gov). Offers shall include RFQ number in the subject line (RFQ-NIAID-2108201). 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://sam.gov/opp/ef9c2a96b2e64deb8341a27fda4cda16/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN06238936-F 20220212/220210230108 (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 |