MODIFICATION
J -- Annual Service and Maintenance Agreement for Agilent 600 MHz DD2 and 400 MHz MR-400 Nuclear Magnetic Resonance Systems
- Notice Date
- 6/26/2023 9:58:47 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811210
—
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- 75N95023Q00400
- Response Due
- 7/3/2023 1:00:00 PM
- Archive Date
- 07/18/2023
- Point of Contact
- Sarah Adan, Phone: 3014805422, Valerie Whipple
- E-Mail Address
-
sarah.adan@nih.gov, valerie.whipple@nih.gov
(sarah.adan@nih.gov, valerie.whipple@nih.gov)
- Description
- (i)�� �This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii)�� �The solicitation number is 75N95023Q00400 and the solicitation is issued as a request for quotation (RFQ).� �� �This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13�Simplified Acquisition Procedures; �and FAR Part 12�Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). � The National Institute on Drug Abuse (NIDA), Office of Acquisition (OA), on behalf of the National Center for Advancing Translational Sciences (NCATS), intends to negotiate and award a Firm Fixed Priced contract without providing for full and open competition (including brand-name) to the following for the maintenance and repair of its Agilent 600 MHz DD2 and 400 MHz MR-400 Nuclear Magnetic Resonance Systems: Agilent Technologies Inc.� 2850 Centerville Road,� Wilmington DE 19808� This acquisition is conducted as non-competitive for a commercial item or service and is conducted pursuant to FAR 13.106-1(b)(1). The rationale for the sole source justification is that Agilent Technologies Inc. is the sole-source manufacturer of the NMR systems, and therefore, can guarantee the services of an Agilent service engineer and the availability of proprietary parts and components without any additional cost. While service could possibly be performed by a third party service group, all proprietary parts and components must be acquired directly from Agilent, which may delay repair and incur additional cost. Furthermore, Agilent claims no liability in the event part replacement and service by a third party vendor causes a system failure or damage.� (iii)�� �The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2023-04 dated June 2, 2023. (iv)�� �The associated NAICS code is 811210 � Electronic and Precision Equipment Repair and Maintenance and the size standard in millions of dollars is $34.0 million. This requirement is non-competitive with no set-aside restrictions. (v)�� �The National Center for Advancing Translational Sciences (NCATS) Analytical Chemistry Core (ACC) requires an annual service and maintenance contract for two Agilent nuclear magnetic resonance (NMR) spectroscopy instruments: an Agilent 600 MHz DD2 NMR (SN: MY13260111) and 400 MHz MR-400 NMR (SN: MY13100302), used by NCATS chemists. The annual service contract is necessary to protect the Agilent 600 MHz and 400 MHz magnets, consoles, and associated components in the event of malfunction and to provide preventative maintenance, which will allow the NMR instruments to return to a working condition meeting factory specifications. (vi)�� �This requirement is for the following services: an Agilent CrossLab Silver Research Service Contract which includes one annual preventative maintenance (PM) for the NMR systems. �� �The components covered under this contract are as follows: 1. Agilent 600 MHz DD2 NMR system � Serial Number: MY13260111 a. Console b. Magnet c. Room temperature probe d. Pneumatics router e. Preamp f. NMR associated components 2. Agilent 400 MHz MR-400 NMR system � Serial Number: MY13100302 a. Console b. Magnet c. Room temperature probe d. NMR associated components The essential features of the service contract are: 1.�� �Top priority for all service requests 2.�� �One year full coverage agreement including any repair needed to get the system back up and running 3.�� �Parts are covered (wear and tear included) 4.�� �Site visits, labor, and travel costs related to hardware failure 5.�� �Planned maintenance and operation tests to ensure smooth running with minimal downtime 6.�� �Phone support of the systems by an Agilent service engineer (vii)�� �The Government anticipates award of a firm fixed-price contract for this acquisition, and the anticipated period of performance is one (1) base year, plus one (1) option year.� (viii)�� �The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at these addresses: �https://www.acquisition.gov/browse/index/far � https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html �� (End of provision) The following provisions apply to this acquisition and are incorporated by reference: � FAR 52.204-7, System for Award Management (Oct 2018) � FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020) � FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (Nov 2021) � FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (Dec 2022) � FAR 52.222-48, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Certification (May 2014) � HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015) The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. 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 these addresses: https://www.acquisition.gov/browse/index/far � � https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html � (End of clause) The following clauses apply to this acquisition and are incorporated by reference: � FAR 52.204-13, System for Award Management Maintenance (Oct 2018) � FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020) � FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (Dec 2022). Addendum to this FAR clause applies to this acquisition and is attached. � FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within the period of performance; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 2 years.� (End of clause) � HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015) � HHSAR 352.239-74, Electronic and Information Technology Accessibility (December 18, 2015) The following provisions and clauses apply to this acquisition and are attached in full text. Offerors MUST complete the provisions at 52.204-24 and 52.204-26 and submit completed copies as separate documents with their proposal. � FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) � FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) � FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services (June 2023) � NIH Invoice and Payment Provisions� (ix)�� �The Government will evaluate quotations or offers in accordance with FAR 13.106-2 and award a purchase order from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: a. Technical capability of the item offered to meet the Government requirement; b. Price; and c. Past performance [see FAR 13.106-2(b)(3)]. (x)�� �The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items (Dec 2022), with its offer. If the offeror has completed FAR clause 52.212-3 at www.sam.gov, then the offeror does not need to provide a completed copy with its offer.� (xi)�� �The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (Dec 2022), applies to this acquisition. Addendum to this FAR clause applies to this acquisition and is attached. (xii)�� �There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xiii)�� �The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.� (xiv)�� �Responses to this solicitation must include clear and convincing evidence of the offeror�s capability of fulfilling the requirement as it relates to the technical evaluation criteria. The price proposal must include the line item price for each instrument, total price for the base period, and the total price for the option year.� The Unique Entity ID (UEI), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. All offers must be received by 4:00p.m., Eastern Time, on Monday, July 3, 2023, and reference solicitation number 75N95023Q00400. Responses must be submitted electronically to Sarah Adan, Contract Specialist at sarah.adan@nih.gov. Fax responses will not be accepted. �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/97560dbddafd495b8233c08565510674/view)
- Place of Performance
- Address: MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN06727351-F 20230628/230626230102 (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 |