SOLICITATION NOTICE
J -- ONE YEAR SERVICE AGREEMENT FOR BRAND NAME FACSYMPHONY A5 FLOW CYTOMETERS (QTY 5) & VARIOUS LASERS
- Notice Date
- 12/26/2023 11:19:51 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-NAID-24-2200459
- Response Due
- 1/10/2024 11:00:00 AM
- Archive Date
- 01/25/2024
- Point of Contact
- Leah Hinson
- E-Mail Address
-
leah.hinson@nih.gov
(leah.hinson@nih.gov)
- Description
- The National Institute of Allergy and Infectious Diseases (NIAID) has a requirement for an annual Maintenance agreement on the following Brand Name instruments listed below: One (1) year Service Contract for the following instruments and various lasers: Period of Performance: 02/01/2024 to 01/31/2025 SVC Contract S6 for Five (5) FACSymphony A5 Flow Cytometers (serial #H66096400001, #H66096400005, #H66096400006, #H66096400007,and #H66096400009) (no lasers) and one BD FACStation (excluding printers) Serial Number: R66293700037 G4 355-60 w/BD UV Laser, Serial Number: NO-SERIAL-14839 OBIS 405-100 LX Violet Laser, Serial Number: NO-SERIAL-14837 SAPPHIRE 488-400 LS Blue Laser, Serial Number: NO-SERIAL-14835 MPB 532-1000 SORP Green Laser, Serial Number: NO-SERIAL-14838 MPB 628-1000 .3mm Red SORP Laser, Serial Number: NO-SERIAL-14836 Minimum Requirements: Contractor shall provide service coverage for the BD FACSymphony A5 Flow Cytometers that includes the following: Full OEM coverage, parts, labor, and travel for remedial repair, Two (2) Preventative Maintenance Inspections to be performed during twelve-month period, Two (2) Preventative Maintenance Kits, Software Revisions released during the period of performance, Unlimited service visits, Monday-Friday, 48 hour-guaranteed response to a request for emergency on-site service Monday� Friday. Failure to meet commitment, a $500 Response Time Credit will be issued, Under this Agreement, CUSTOMER will be billed at the prevailing hourly rate for labor and travel for service provided on weekends and holidays, minimum 4 hours labor and travel combined, Unlimited telephone support for instruments, reagents, and applications will be provided at no additional charge, and Workstation printers are not covered. Priority onsite scheduling equal to a manufacturers direct contract, to ensure minimal down time of instrumentation. 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.� Third-party service provider must also include a copy of your contract with Becton Dickinson to provide these services.� Failure to submit these items with your quote will render your submission non-responsive.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1d5962a7a731435697bc324982422a3a/view)
- Place of Performance
- Address: Gaithersburg, MD 20878, USA
- Zip Code: 20878
- Country: USA
- Zip Code: 20878
- Record
- SN06921612-F 20231228/231226230043 (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 |