SOLICITATION NOTICE
J -- SERVICE AGREEMENT FOR A FACSYMPHONY S6 SORTER
- Notice Date
- 11/14/2024 5:56:09 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-25-2245628
- Response Due
- 11/25/2024 9:00:00 AM
- Archive Date
- 12/10/2024
- Point of Contact
- Mildred Moss, Phone: 2402369272, Tonia Alexander, Phone: 2406695124
- E-Mail Address
-
mildred.moss@nih.gov, talexander@niaid.nih.gov
(mildred.moss@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-25-2245628 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) 2025-01, November 12, 2024. The North American Industry Classification System (NAICS) code for this procurement is 811210, Electronic and Precision Equipment Repair and 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 Institutes of Allergy and Infectious Disease (NIAID) of the National Institutes of Health (NIH) has a requirement for maintenance contracts that will cover all flow cytometers and related equipment (LSRs, HTSs, Arias, and lasers) that are used for the detection of fluorescently-labeled antibodies specific to immune system cell subsets to detect T cell responses in HIV- and SIV-infected samples. This service contract will cover equipment that is currently in place within the Flow Cytometry Core (FCC) of the Vaccine Research Center (VRC). The requirement is for a service agreement for a FACSymphony S6 sorter, Serial Number R66293700037, and five (5) various lasers that will maintain the equipment in optimal operating condition. These machines are constantly in use throughout the day and if it were put out of action due to lack of maintenance or mechanical failure the ability of the investigators in the VRC to conduct their research would be severely handicapped. It is for this reason that a Service Agreement is essential. FACSymphony S6 (no lasers) EAU, Serial# : R66293700037 G4 355-60 w/BD UV Lsr, Customer material# : 655729, Serial#: NO-SERIAL-14839 OBIS 405-100 LX Violet Lsr , Customer material# : 653535, Serial#: NO-SERIAL-14837, SAPPHIRE 488-400 Blue Lsr, Customer material#: 662009, Serial#: NO-SERIAL-14835, MPB 532-1000 SORP Green Laser, Customer material#: 660439, Serial#: NO-SERIAL-14838 MPB 628-1000 .3mm Red SORP Lsr, Customer material#: 657966, Serial#: NO-SERIAL-14836 The contractor shall provide: Two (2) Preventive Maintenance Inspections to be performed during a twelve-month period. Two (2) PM Kits will be provided with Software Revisions that are released during the Agreement term. Unlimited service visits during the term of this Agreement, Monday - Friday, excluding holidays. 48-hours guaranteed response to a request for emergency on-site service Monday - Friday, excluding holidays. 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 *Priority onsite scheduling equal to the 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. *Note: A priority status is required for this service agreement and as priority status is only available with a direct contract with BD Biosciences, quotes submitted by third-party vendors must also include a direct contract with BD Biosciences to be considered or a guarantee that priority response service is equal to that of a direct contract with BD Biosciences. *Third-party vendors must include their guaranteed response time to make emergency calls made to BD Biosciences, as well as documentation of OEM trained technicians is required. *Third party vendors must provide a letter from the manufacturer stating that a billable contract on our behalf will indeed have the same priority on-site response time given to that of a direct contract holder. *Special note: This equipment goes through a rigorous decontamination process every time for PM and repair. The decontamination may shorten the life of the parts resulting in the possibility of replacement parts and repairs needed more often than the standard life expectancy. Payment Terms: Quarterly in Arrears. Period of Performance: Period of performance for full performance is February 01, 2025 to January 31, 2026. Place of Performance: NIH, NIAID, 9 West Watkins Mill Road, Gaithersburg, MD 20878 FOB: Destination 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. By submitting a quote in response to this solicitation, vendor is accepting the following terms and conditions: 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 (MAY 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 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 (NOV 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) FAR 52.217-8 Option to Extend Services (NOV 1999) 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 November 25, 2024 @ 12:00pm EST All quotations and required documents must be submitted via the NIAID electronic Simplified Acquisition Submission System (eSASS) website at https://esass.nih.gov. All vendors must register in the eSASS system to submit a quotation. Instructions on how to register / submit quotes are included on the website. 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c980bc4e197542369c0f90e97269c421/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN07264762-F 20241116/241114230106 (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 |