Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 04, 2024 SAM #8164
SOLICITATION NOTICE

J -- Service Contract for Cytiva Biacore T-200 Processing Unit, Full Care (9-month agreement required)

Notice Date
4/2/2024 9:05:34 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-24-2217451
 
Response Due
4/12/2024 2:00:00 PM
 
Archive Date
04/27/2024
 
Point of Contact
Dana Monroe, Phone: 4063759814
 
E-Mail Address
dana.monroe@nih.gov
(dana.monroe@nih.gov)
 
Description
SAM.gov Synopsis Document Type:� Combined Synopsis/Solicitation Solicitation Number: RFQ-NIAID-24-2217451 Posted Date: 04/02/2024 Response Date: 04/12/2024 Set Aside: None NAICS Code: 811210 Classification Code: J066/25723 Contracting Office Address: Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases. Title: Service Contract for Cytiva Biacore T-200 Processing Unit, Full Care (9-month agreement required) Primary Point of Contact:� Dana Monroe; dana.monroe@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-24-2217451 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 North American Industry Classification System (NAICS) code for this procurement is 811210, Equipment and Precision Equipment Repair & Maintenance, with a small business size standard of $34 million. 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) requires renewal of annual preventative maintenance and technical support for the Biacore T-200 Processing Unit located in NIH/NIAID Twinbrook 3 Bldg in Rockville, MD. It is an instrument with high sensitivity that requires annual preventative maintenance, as well as technician support for any malfunctioning parts. A. Purpose and Objectives of the Procurement The purpose of this procurement is to obtain a 9-month preventative maintenance and technical support for the Biacore T-200 Processing Unit. This support will ensure that pre-clinical and clinical research can be performed on a reliable timeline with minimal interruption and to maintain the integrity of this instrument over time. B. Government Requirements Government has no requirements and will not furnish any materials. C. Contractor Requirements The Contractor shall provide all necessary parts and equipment necessary to perform repair and planned maintenance of the above equipment. Full Cost of Service Agreement Must Include: Unlimited Labor Unlimited Travel Unlimited Parts to include power supply equipment, refrigeration units, and consumable/supplies to include lasers, filters, flow cell, pump seals, valves, tubing and fluids Two Preventative Maintenance visits including full system check diagnostics using Cytiva exclusive software Critical parts exchange to keep instrument operational Unlimited telephone support for instruments Priority response for any breakdown callouts; 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. D. Deliverables and Reporting Requirements Technical support and repair as needed, and annual preventative maintenance. Please quote as follows: Line 1:������������ BC T200 Processing Unit, Service contract, S/N 28975001-CN12174, Full Care with PM proration, Service for 9-month POP June 22, 2024 � March 21, 2025 Place of Performance: 12735 Twinbrook Parkway, Bldg TW3, Rockville, MD� 20895, United States.� FOB: Destination FAR Clause 52.204-26 representation will be requested if not included in current www.sam.gov registration. Payments shall be invoiced by vendor and disbursed by NIH in quarterly in arrears payments. Quotes should include UEI # from active SAM.gov registration 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) 52.204�26 Covered Telecommunications Equipment or Services-Representation (OCT 2020) *** Must be completed representation in section 52.204-26 of an active SAM.gov registration The following FAR contract clauses apply to this acquisition: FAR 52-212-4 Contract Terms and Conditions Commercial Items (NOV 2022) 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 (December 2015) FAR 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 12, 2024 at 5:00pm Eastern Time Offers may be e-mailed to Dana Monroe at dana.monroe@nih.gov. Offers shall include RFQ number in the subject line (RFQ-NIAID-24-2217451). 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 Dana Monroe at dana.monroe@nih.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bca3fe84b564473abe792a1d8a2fddea/view)
 
Place of Performance
Address: Rockville, MD 20852, USA
Zip Code: 20852
Country: USA
 
Record
SN07016610-F 20240404/240402230039 (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.