Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 29, 2024 SAM #8129
SOLICITATION NOTICE

J -- SERVICE AGREEMENT FOR CYTEK AURORA 5 CYTOMETER (AMBIS 2211846)

Notice Date
2/27/2024 5:10:13 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-24-2211846
 
Response Due
3/6/2024 8:00:00 AM
 
Archive Date
03/21/2024
 
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-24-2211846 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) 2024-03, February 23, 2024. The National Institutes of Health (NIH), National Institute of Allergy and Infectious Diseases (NIAID), Viral Immunity and Pathogenesis Unit (VIPU), Laboratory of Clinical Immunology and Microbiology (LCIM), seeks to understand the mechanisms of antiviral immune responses in infected peripheral tissues, including the role of the role of lymph node anatomy on the functions of B and T cells, the chemotactic factors in T-cell effector function, the trafficking of DNA vaccine constructs, and the pathogenesis and immune clearance of infected tissues. This line of research uses advanced technologies to collect high-resolution data at the single-cell level of the murine lymph node and other tissues to assess the contribution of various cell populations to immune protection, to track the spread of viral infections, and to understand the interplay between the host and virus. These aims require the use of flow cytometric analysis of fluorescently tagged cell populations and virus-infected cells or viral particles. The Aurora 5 spectral flow cytometer allows for the use of a wide array of fluorochrome combinations to generate high-quality flow cytometry data, expediting research to advance the goals of these projects.� The VIPU/LCIM is requesting a contract to provide coverage for parts and service for any required maintenance of the Cytek Aurora Flow cytometer with lasers, sample loader, and computer workstation during the one-year period of performance specified in the order. The coverage applies to the instrumentation and system software, and includes labor, travel expenses, living expenses and parts. The specific equipment information is below: Cytek Aurora 5 Laser SN: U1094 *The contractor must provide: Two (2) Preventive Maintenance Inspections to be performed during a twelve-month period, including 2 PM Kits. 24-hour guaranteed response to a request for emergency on-site service. 48-hour (maximum) response time for non-functional instruments, with escalation to the top of the priority field service job queue on-site and remote assistance, including assistance with panel design, data analysis, assay optimization and troubleshooting, and general scientific consultation (�TAS assistance�), by a factory trained dedicated regional Technical Applications Specialist (TAS) Software Revisions released during the Agreement term. Unlimited service visits, Monday-Friday. Unlimited telephone support for instruments, reagents and applications . The contractor will be expected to deliver: Scheduled Preventive Maintenance (PM) inspections during the period of performance. 24-hour guaranteed response to a request for emergency on-site service. Software revisions applicable to current configuration. Unlimited service visits. Unlimited telephone support for repair and maintenance of instrumentation to be provided at no extra charge. Original Equipment Manufacturer (OEM specification parts and services Period of Performance(s) are as follows: April 23, 2024 to April 22, 2025 Place of Performance:� NIH/NIAID, 10 Center Drive, Bethesda, Maryland 20892 Quoting Instructions:� �LIST WHAT THE CONTRACTOR WILL PROVIDE IN THE SAME ORDER AS ABOVE AS NOTED BY AN *. DUE TO THE SENSITIVE NATURE OF THE PROJECTS, SERVICES PROVIDED MUST BE OF EQUAL SERVICE PROVIDED UNDER A DIRECT CONTRACT FROM THE MANUFACTURER, CYTEK BIOSCIENCES �ALL 3RD PARTY OFFERORS MUST INCLUDE CYTEK BIOSCIENCES CERTIFICATION DOCUMENTATION AS A DEALER /SERVICE PROVIDER FOR CYTEK BIOSCIENCES QUOTES TO BE CONSIDERED. �ALL 3RD PARTY OFFERORS, IF PROVIDING A QUOTE FOR SERVICES PROVIDED UNDER A BILLABLE CONTRACT, MUST INCLUDE CYTEK BIOSCIENCES CERTIFICATION DOCUMENTATION CONFIRMING A BILLABLE CONTRACT SERVICE IS OF EQUAL SERVICE AS A DIRECT CONTRACT, INCLUDING PRIORTY RESPONSE TIME. �QUOTE MUST INCLUDE RESPONSE TO ALL MINIMUM SERVICE REQUIREMENTS, ND ALL INSTRUCTINS FOR THE QUOTE, FOR THE OFFER TO BE ACCPETED AS RESPONSIVE. �BILLING MUST BE QUARTERLY OR MONTHLY IN THE ARREARS. 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 (FEB 2024) 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 (FEB 2024) *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 Wednesday, March 6, 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-24-2211846). 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/de3a4954c59047e6bbdca93b59c4ba0f/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN06978099-F 20240229/240227230046 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.