SOLICITATION NOTICE
J -- SERVICE AGREEMENT FOR THERMO ELECTRON LABORATORY EQUIPMENT (AMBIS 2205572)
- Notice Date
- 1/30/2024 9:25:07 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-24-2205572
- Response Due
- 2/9/2024 8:00:00 AM
- Archive Date
- 02/24/2024
- Point of Contact
- RITA DAVIS, Phone: 3017617461, Tonia Alexander, Phone: 2406695124
- E-Mail Address
-
rita.davis@nih.gov, talexander@niaid.nih.gov
(rita.davis@nih.gov, talexander@niaid.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-24-2205572 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) 2024-02, January 22, 2024. The National Institute of Allergy and Infectious Diseases (NIAID), Research Technologies Branch, Protein Chemistry Section, has a requirement for several maintenance agreements for the Thermo Electron unity Essential Support Plan for Optitrap Fusion Lumos with additional PM,UVPD, LUMOS & Eclipse Upgrade Mass Spectrometry Options, and Easy nLC Unity Essential Support Plans that 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: Coverage is required for the following instruments below with the corresponding service plans: ORBITRAP FUSION LUMOS ETD, Serial # FSN20559, Coverage: UNITY ESSENTIAL SUPPORT PLAN-MSPEC-LC-MS, with Additional PM, Material # FSN02-10002, quantity 1� UVPD, LUMOS & ECLIPSE UPGRADE, FACTORY, Serial # UVPD-10047 Coverage: MASS SPECTROMETRY OPTIONS, Material # UVPD1-10000, qty 1 EASY nLC 1200, Serial # LC-030756, Coverage: UNITY ESSENTIAL SUPPORT PLAN - CHROM -LC, Material # ����� LC-140, quantity 1 Plan Features: Field Service Engineer labor, travel, and parts required for Corrective Maintenance visits with a targeted response time of 3 business days 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 One (1) scheduled annual standard Preventive Maintenance visit (standard PM kit included) Access to Unity Lab Services Online Knowledge Base 10% discount on spare parts (not covered by corrective maintenance), accessories, and consumables for the instruments covered under this contract and during the effective period of this contract (please ask for the discount when contacting your local Thermo Fisher Scientific parts ordering department) 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) 10% discount off list price for the training classes purchased during the contract validity period. May not be available in all locations or used in conjunction with any other discounts or promotions (please check availability with your local Thermo Fisher sales representative or customer service team) Optional Add-on Services: Purchase of an Operational Qualification (OQ) with this contract includes an Instrument Requalification (RO) in conjunction with a scheduled Corrective Maintenance. Scope of RO testing is defined in the Unity Lab Services Re-Qualification Testing Matrix Purchase of an additional Preventive Maintenance with this contract available at a reduced price Period of Performance(s) are as follows: April 1, 2024 to March 31, 2025 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) Place of Performance:� NIH/NIAID/RTB, RML, 903 South 4th Street, Hamilton, MT 59840. 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 (SEP 2023) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (NOV 2023) 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) FAR 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 2023) FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (DEC 2023) *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 (MAR 2023) 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 (DEC 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 February 9, 2024 @ 11:00 AM EST Offers may be e-mailed to Rita Davis (E-Mail/rita.davis@nih.gov). Offers shall include RFQ number in the subject line (RFQ-NIAID-24-2205572). 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 Rita Davis @ rita.davis@nih.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d4b255aa05324f73a8d0808f62c7f996/view)
- Place of Performance
- Address: Hamilton, MT 59840, USA
- Zip Code: 59840
- Country: USA
- Zip Code: 59840
- Record
- SN06949206-F 20240201/240130230041 (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 |