SOLICITATION NOTICE
J -- One-year Service Contract for Titan Krios Microscope
- Notice Date
- 5/2/2022 7:39:42 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-2117589
- Response Due
- 5/12/2022 8:00:00 AM
- Archive Date
- 05/13/2022
- Point of Contact
- Jesse Weidow
- E-Mail Address
-
jesse.weidow@nih.com
(jesse.weidow@nih.com)
- Description
- sam.gov Synopsis/Solicitation Solicitation # RFQ-NIAID-2117589 Posted Date: 05/02/2022 Response Date: 05/12/2022 Set Aside: No NAICS Code: 811219 Classification Code: J066 Contracting Office Address: Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 903 S 4th Street, Hamilton, MT 59840 Description: One-year Service Contract for Titan Krios Microscope 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-2117589 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)2022-04 January 30, 2022. The North American Industry Classification System (NAICS) code for this procurement is 811219, Other Electronic and Precession Equipment Repair and Maintenance, with a small business size standard of $22,000,000.00. The requirement is being competed, without restriction. Place of Performance: NIH/NIAID, 903 S. 4th St, Hamilton, MT, 59840 United States. FOB: Destination. The following equipment is used in a BSL1 laboratory. The National Institute of Allergy and Infectious Diseases (NIAID) has a requirement for an annual Maintenance agreement on the following FEI instruments listed below: One-Year (1) Service Contract for the following instrument and equipment: Period of Performance: 5/26/2022 - 5/25/2023 TEM FEG TITAN, Titan Krios D3197 F7216950 Falcon-3EC, X-FEG unit 300 kV Phase Plate Titan, 1064489 / D3197.6 Orius SC200D 300kV Cam., 9432 052 71041 / D3197.33 X-FEG unit 300 kV., 9432 057 02311/D3197.32 Minimum Requirements: Full coverage for OEM replacement parts, labor, and travel. Coverage includes all fees associated with repairs (labor and replacement parts) for any service or repairs performed. Priority scheduling and onsite response for all repairs during the period of performance. Priority is defined as giving priority scheduling equal to a direct contract and guaranteeing the equivalent manufacturer�s priority onsite response. If you are a third-party service provider, the priority scheduling and/or response time, must be listed on your quote. OEM Trained Certified Technician must be available during normal business hours. If third party, Documentation of OEM trained technicians required. One (1) Preventive Maintenance Inspections to be performed during a twelve-month period including one (1) PM kit 48-hour response time for onsite applications support (troubleshooting and repairs) 48-hour response time for all emergency repairs and all on site visits Instrument control software and hardware proprietary updates (can occur during scheduled preventative maintenance visits, unless critical for operation of instrument) software and firmware updates upon request, and in conjunction with a scheduled Preventive Maintenance or Corrective Maintenance visit, including software revisions. � Provide End User License Agreement (EULA) if applicable Unlimited service visits during normal business days hours, excluding Federal holidays Unlimited telephone support for instruments and applications and Remote Technical Support during business hours. Remote technical support involves the service engineer logging on remotely and troubleshooting the microscope over a secured RAPID connection that has been vetted by NIAID�s IT department. Quote Instructions: ����� All service terms, conditions, and exclusions as a part of the quoted service, shall be included with the quotation. Referenced or linked terms and conditions will not be considered nor considered for award. ����� Must list and address all service requirements ����� All manufacturers and serial number must be listed for each piece of equipment quoted per line. ����� Period of Performance must be included on quote ����� Documentation of OEM trained technicians:� All third-party service providers, must include a letter from OEM certifying service technicians or proof of OEM training. Vendor must include Unique Entity ID number from active SAM.GOV registration �� Invoicing Information: ������������� All invoicing must be billed monthly or quarterly an in arrears 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. By submitting a�quotation, offerors are accepting all the Governments terms and conditions listed in this RFQ.� The�purchase order award will be based on the lowest price technically acceptable. 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�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 (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) FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) 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.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 at the time of quote�submission, 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�ttp://www.acquisition.gov/far/loadmainre.html & http: //www.hhs.gov/regulation/index.html or,�upon request, by email. Submission shall be received not later than Thursday May 12, 2022 @ 11:00 AM MST Offers may be e-mailed to Jesse Weidow (E-Mail/ jesse.weidow@nih.gov). Offers shall include RFQ�number in the subject line (RFQ-NIAID-2117589). 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�Jesse Weidow @ jesse.weidow@nih.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0d296101cfbb45f48825b559808369e8/view)
- Place of Performance
- Address: Hamilton, MT 59840, USA
- Zip Code: 59840
- Country: USA
- Zip Code: 59840
- Record
- SN06313809-F 20220504/220502230053 (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 |