SOLICITATION NOTICE
J -- 1 YEAR SERVICE AGREEMENT FOR: Thermo Electron Eclipse and Ultimate LC System
- Notice Date
- 1/20/2023 10:35:37 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811210
—
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIAID BETHESDA MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- RFQ-NIAID-2155649
- Response Due
- 1/30/2023 1:00:00 PM
- Archive Date
- 02/14/2023
- Point of Contact
- DIANA ROHLMAN, Phone: 4063639366, Laura Grey, Phone: 4063759812
- E-Mail Address
-
diana.rohlman@nih.gov, laura.grey@nih.gov
(diana.rohlman@nih.gov, laura.grey@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-2155649 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) FAC 2023-01 Effective December 30, 2022 The North American Industry Classification System (NAICS) code for this procurement is 811210, 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 ��� �MUST PROVIDE Field Service Engineer to include labor, travel, and parts required for Corrective Maintenance visits with the same priority response time held on a direct contract. 3 business days ��� �Must guarantee a 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 as held with a direct contract. ��� �One (1) scheduled annual Preventive Maintenance visit (a standard OEM PM kit is included) ��� �Must provide discounts on additional Preventive Maintenance if required� ��� �Must be able to provide instrument requalification (RQ) in conjunction with a scheduled Corrective Maintenance with a purchase of an add-on Operational Qualification (OQ) ��� �Must provide premium subscription to Unity Lab Services Online Knowledge Base ��� �Must provide a 10% discount on OEM parts, accessories, and consumables during the effective period of the contract� ��� �Plan includes computers that were purchased from Thermo Fisher Scientific and required for the operation of the analytical system ��� �Must provide 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) ��� �Must provide a 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: ��� �To Include: Unlimited number of demand on-site service visits with a maximum 72-hour response, same as thru a direct contract ��� �Must provide Certified Engineer labor and travel to be included ��� �Must provide priority status for technical support inquiries, same as a direct contract ��� �Includes: One (1) Scheduled Preventative Maintenance visit ��� �All Thermo Scientific supplied personal computers are covered ��� �Must include OEM Factory-certified replacement parts on all repairs ��� �Includes: Subscription to e-Support Online Technical Resources ��� �Must provide a 10% Loyalty discount on Parts, Accessories or Consumables during active contract.� ��� �Must provide a 10% discount on Institute based or on-site training for chromatography, mass-spectrometry or trace elemental instruments.� ��� �Includes: Software updates and notifications (Updates are defined as changes of the existing software version that are intended to improve its performance) ��� �Must provide 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. II.�� �Period of Performance: �03/19/2023 � 03/18/2024 Quoting Instructions: � ��� �DUE TO THE SENSITIVE NATURE OF THE PROJECTS, SERVICES PROVIDED MUST BE OF EQUAL SERVICE PROVIDED UNDER A DIRECT CONTRACT FROM THE MANUFACTURER, THERMOFISHER SCIENTIFIC.� ��� �ALL 3RD PARTY OFFERORS MUST INCLUDE THERMOFISHER CERTIFICATION DOCUMENTATION AS A DEALER /SERVICE PROVIDER FOR THERMOFISHER FOR QUOTES TO BE CONSIDERED.� ��� �ALL 3RD PARTY OFFERORS, IF PROVIDING A QUOTE FOR SERVICES PROVIDED UNDER A BILLABLE CONTRACT, MUST INCLUDE THERMOFISHER CERTIFICATION DOCUMENTATION CONFIRMING A BILLABLE CONTRACT SERVICE IS OF EQUAL SERVICE AS A DIRECT CONTRACT, INCLUDING PRIORTY RESPONSE TIME. �� ��� �ALL OFFERORS MUST ALSO COMPLETE AND SIGN THE ATTACHED CERTIFICATION (VENDOR CERTIFICATION) ��� �ALL QUOTES MUST INCLUDE A SEPARATE LINE ITME FOR A 6 MONTH OPTION TO EXTEND FOR FAR CLAUSE 52.217-8 �� Place of Performance: NIH, 4 Memorial Drive 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) FAR 52.217-8 Option to Extend Services (NOV 1999) � (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 52.217-8 (f) Option to Extend Services (NOV 1999) � 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 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 January 30, 2023 @ 4:00 PM EST Offers may be e-mailed to Diana Rohlman (E-Mail/diana.rohlman@nih.gov). Offers shall include RFQ number in the subject line (RFQ-NIAID-2155649). 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 Diana Rohlman, diana.rohlman@nih.gov. �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/91b59b875c1e493891fd493fb4fb3450/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN06569221-F 20230122/230120230103 (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 |