Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 24, 2024 SAM #8214
SOLICITATION NOTICE

J -- Maintenance and Repair Service for CO2 Incubators

Notice Date
5/22/2024 11:26:35 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811210 —
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N95024Q00212
 
Response Due
6/5/2024 8:00:00 AM
 
Archive Date
06/20/2024
 
Point of Contact
Hashim Dasti, Phone: 3014028225
 
E-Mail Address
hashim.dasti@nih.gov
(hashim.dasti@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 75N95024Q00212 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. (iii)������ The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2024-04, with effective date May 1, 2024. (iv)������ The associated NAICS code 811210 - Electronic and Precision Equipment Repair and Maintenance and the small business size standard is $34 million. This requirement is full and open with no set-aside restrictions. (v)������� This requirement is for Maintenance and Repair Service for CO2 Incubators (vi)������ The National Institute on Aging (NIA) owns two (2) CO2 incubators manufactured by Sartorius Corporation. This equipment is used by the Center for Alzheimer�s and Related Dementias and requires maintenance to ensure continued full function and continuity of NIA research data. The Contractor shall provide the NIA with maintenance and repair support for the following Sartorius instruments: INCUCYTE S3 CO2 incubator serial no: IC51362 INCUCYTE S3 CO2 incubator serial no: IC70351 Maintenance and repair support shall include all labor, travel, and replacement parts necessary to provide preventative maintenance support, install new instrument software upgrades and train staff in use of the new software, and troubleshoot problems. Replacement parts and software upgrades provided must be Original Equipment Manufacturer (OEM) certified. Instrument service must be provided by original manufacturer certified trained technicians from Sartorius Corporation to troubleshoot problems, install new software upgrades, train staff, and perform preventative maintenance tasks. Service technicians shall acknowledge repair requests within 24 business hours, and an onsite visit from a technician shall occur within 72 business hours. LEVEL OF EFFORT: Sartorius corporation service technician 3 hours for annual maintenance on the two (2) CO2 incubators. GOVERNMENT RESPONSIBILITIES When the Contractor is on-site for maintenance and repair support provision, The government will provide workspace, desktop computers and telephones for the Sartorius corporation service technician.� REPORTING REQUIREMENTS The contractor shall provide written reports which detail all repair and annual maintenance on the two (2) CO2 incubators. TRAVEL: The principal place of performance is the Center for Alzheimer�s and Related Diseases. Accordingly, reimbursable travel and per diem for the contractor�s employees performing work on a regular basis at this place of performance is not authorized. Any changes to this must be approved in advance by the Contracting Officer. KEY PERSONNEL: Maintenance must be performed by original manufacturer certified trained Sartorius Corporation service technicians. Section 508�Electronic and Information Technology Standards: The contractor shall comply with Section 508 of the Rehabilitation Act (29 U.S.C. � 794d), as amended by the Workforce Investment Act of 1998 (P.L. 105-220), August 7, 1998.� (vii)����� The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the anticipated period of performance is August 15, 2024 � August 14, 2025. (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 52.204-29, Federal Acquisition Supply Chain Security Act Orders � Representation and Disclosures (Dec 2023) FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (Sep 2023) FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (Feb 2024) 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 (Nov 2023). Addendum to this FAR clause applies to this acquisition and is attached. 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 below 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 (Feb 2024) 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). 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)]. Technical and past performance, when combined, are significantly more important than cost or price. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x)������� Offerors must include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications�Commercial Products and Commercial Services (Feb 2024), 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)������ There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xii)����� The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xii)����� 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 labor categories, an estimate of the number of hours required for each labor category, fully loaded fixed hourly rate or each labor category, breakdown and rationale for other direct costs or materials, and the total amount. The Unique Entity ID from SAM.gov, 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 quotations must be received by 11:00 A.M. Eastern, on June 5, 2024. and reference Solicitation Number 75N95024Q00212. Questions may be submitted electronically to Hashim Dasti, Contract Specialist, at hashim.dasti@nih.gov Fax responses will not be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8f5098a321654ec0b629fa28e874fc26/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN07073105-F 20240524/240522230045 (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.