Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 10, 2022 SAM #7405
SOLICITATION NOTICE

J -- SERVICE AGREEMENT FOR THERMO ELECTRON LABORATORY EQUIPMENT

Notice Date
3/8/2022 8:57:12 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-2114391
 
Response Due
3/18/2022 9:00:00 AM
 
Archive Date
04/02/2022
 
Point of Contact
Maliaka Pinkney, Phone: 2406695308
 
E-Mail Address
maliaka.pinkney@nih.gov
(maliaka.pinkney@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-2114391 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) 2021-03 February 19, 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 $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 several maintenance agreements for the Thermo Electron Eclipse and Ultimate LC system mass spectrometer is crucial to NIAID�s research efforts. This high-tech system is in high demand/high usage and is critical in the collection of complex proteomic data for various projects. This system is being utilized to analyze high value, limit samples, that cannot be replaced and if compromised through a lack of system maintenance, improper maintenance, and/or is not calibrated on a routine basis would have a series impact/delay on critical research efforts. Coverage is required for the following instruments below with the corresponding service plans: ORBITRAP ECLIPSE PTR Ready Serial# FSN40256 UNITY ESSENTIAL SUPPORT PLAN-MSPEC-LC-MS � Field Service Engineer labor, travel, and parts required for Corrective Maintenance visits with a targeted response time of 3 business days � Priority status for technical support inquiries with a targeted immediate response time. A certified service engineer will conduct diagnosis and Corrective Maintenance procedures using the latest digital remote support tools � One (1) scheduled annual Preventive Maintenance visit (a standard OEM PM kit is included) � Discount on additional Preventive Maintenance � Instrument Requalification (RQ) in conjunction with a scheduled Corrective Maintenance with a purchase of an add-on Operational Qualification (OQ) � Premium subscription to Unity Lab Services Online Knowledge Base � 10% discount on OEM parts, accessories, and consumables during the effective period of the contract (please ask for the discount when contacting your local Thermo Fisher Scientific parts ordering department) � Computers that were purchased from Thermo Fisher Scientific and required for the operation of the analytical system � Software and firmware updates upon request and in conjunction with a scheduled Preventive Maintenance or Corrective Maintenance visit (updates are defined as changes of the existing software version that are intended to improve its performance) � 10% discount off list price for the training classes purchased during the contract validity period. FAIMS PRO Serial# FAIMS-20572 Standard Options Plan-LSMS UltiMate 3000 NCS-3500RS NANO Nano-Cap-S, Serial# 8111932 UltiMate 3000 WPS 3000TFC ANALYTICAL Serial# 8116925 Ultimate 3000 VWD-3400RS, S/N 8118176 UNTY ESSENTIAL PLAN CHROM LC DNX Plan includes: � Unlimited number of demand on-site service visits with a maximum 72-hour response � Engineer labor and travel is included � Priority status for technical support inquiries � One (1) Scheduled Preventative Maintenance visit � Thermo Scientific supplied personal computers are covered � OEM Factory-certified replacement parts included � Subscription to e-Support Online Technical Resources � 10% Loyalty discount on Parts, Accessories or Consumables for end user during active contract. Contact our parts group at Unity Priority line 1-877-594-3224 and mention the Loyalty PACs program. � 10% discount on Institute based or on-site training for chromatography, mass-spectrometry or trace elemental instruments. The training must be purchased during the contract validity period. May not be available in all locations (please check availability with your local Thermo Fisher sales representative or customer service team). Applications, method development, or informatics training courses are excluded � Software updates and notifications (Updates are defined as changes of the existing software version that are intended to improve its performance) Computers purchased from Thermo Fisher Scientific and required for the operation of the analytical system. Replacement of functional computers in order to accommodate an upgrade to a newer version of the operating systems is not covered by the support plan. 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 (June 2020) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (AUG 2020) 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 (OCT 2020) *** 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 (OCT 2018) 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 (Dec 2013) FAR 52.204-13 System for Award Management Maintenance (Oct 2018) 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 aclausemaybe accessed electronicallyatthisaddress: http://farsite.hill.af.mil/vffara.htm By submissionofan offer, the offeror acknowledges the requirementthat a prospective awardee shall be registered intheSystem for Award Management (SAM)database prior to award, during performance, andthrough final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreementresulting fromthis solicitation(www.sam.gov). Copies of the above-referencedprovisions and clauses areavailable from http://www.acquisition.gov/far/loadmainre.html & http: //www.hhs.gov/regulation/index.htmlor, upon request, eitherby telephone or fax. Submissionshall be received not later thanMarch18,2022@12:00 PMEST Offers maybee-mailedto Maliaka Pinkney(E-Mail/maliaka.pinkney@nih.gov).Offers shallinclude RFQ number in thesubject line (RFQ-NIAID-2114391).Latesubmissions shall betreated in accordancewith thesolicitationprovisionat FAR 52.212-1(f) All responsible sourcesmay submit anoffer that will be considered by this Agency.Any questions or concerns regarding this solicitation should be forwardedin writing via e-mail to Maliaka Pinkney@ maliaka.pinkney@nih.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d47c153285934aff8815c936ae1496cd/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN06260028-F 20220310/220308230059 (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.