Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 27, 2023 SAM #7790
SOLICITATION NOTICE

J -- 1 YEAR AGREEMENT FOR 27 COLD STORAGE UNITS WITH PRE-INSPECTION COSTS

Notice Date
3/25/2023 12:37:52 PM
 
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-2167497
 
Response Due
4/1/2023 5:00:00 AM
 
Archive Date
04/16/2023
 
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-2167497 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 2023-02 Effective March 16, 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 $34,000,000.00. 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: � 1 Year service contract for 27 Cold Storage Units � see attached RFQ Equipment listing. POP 04/15/2023 to 04/14/2024 The minimum service requirements: INCUBATORS: ��� �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.� ��� �OEM Trained Certified Technician must be available twenty-four hours daily; weekends and holidays included. Documentation OEM trained technicians will only repair instruments ��� �Coverage includes all fees associated with repairs (labor and replacement parts) for any service or repairs performed. ��� �Two (2) Preventive Maintenance Inspections with Calibration will be performed over the term of the contract �� ��� �Inspection and/or Calibration labels will be affixed to each unit upon completion of each inspection. ��� �After each Preventative Maintenance visit, a Certificate of Preventive Maintenance, Certificate of Calibration and Detailed Equipment status report shall be provided listing all inspection findings. ��� �Unlimited phone and e-mail technical support ��� �Loaner units shall be covered and available during in shop repairs �The minimum service requirements: � FREEZERS OR REFRIGERATORS: ��� �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.� ��� �OEM Trained Certified Technician must be available twenty-four hours daily; weekends and holidays included. Documentation of OEM trained technicians used for all repairs� ��� �Coverage includes all fees associated with repairs (labor and replacement parts) for any service or repairs performed. ��� �TWO (2) Preventive Maintenance Inspection which shall include these services: With ONE Point Temperature Calibration performed� ��� �Inspection and/or Calibration labels will be affixed to each unit upon completion of each inspection. ��� �After each Preventative Maintenance visit, a Certificate of Preventive Maintenance, Certificate of Calibration and Detailed Equipment status report shall be provided listing all inspection findings. ��� �Unlimited phone and e-mail technical support ��� �Loaner units shall be covered and available during in-shop repairs � .� � � � � �Invoicing Information: ��� �All invoicing will be billed quarterly in arrears � Quote Instructions:� All offers shall include: ��� �All service terms, conditions and exclusions as a part of the quoted service, shall be included as an attachment to the quotation. Referenced or linked terms and conditions will not be considered nor considered for award. ��� �Must list and address all service requirements ��� �All equipment must be quoted separately and in the same order as the equipment list attached. If not quoted in same order as the equipment listing, your quote will not be considered. � ��� �All instruments MUST be listed on quote, in other words, �NO� �partial quotes will be accepted.. ��� �Period of Performance must be included on quote Place of Performance: NIH, 9 West Watkins Mill Road, Gaithersburg, MD 20878, 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 service requirements and price. By providing an offer to this RFQ, confirms your facilities acceptance, that the following Government Terms and conditions shall prevail over this award:� 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 (DEC 2022) 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 FAR 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 (DEC 2022) FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (DEC 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 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 April 01, 2023 @ 8:00 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-2167497). 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 at diana.rohlman@nih.gov. �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/68fcb61036f14cdf8f159f2908264958/view)
 
Place of Performance
Address: Gaithersburg, MD 20878, USA
Zip Code: 20878
Country: USA
 
Record
SN06630200-F 20230327/230325230100 (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  © 1994-2020, Loren Data Corp.