Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 10, 2025 SAM #8445
SOLICITATION NOTICE

J -- 12-Month Maintenance/Service Contract for Cytek Aurora 5 Laser and Sample Loader (AMBIS 2252494)

Notice Date
1/8/2025 7:48:00 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-25-2252494
 
Response Due
1/17/2025 10:00:00 AM
 
Archive Date
02/01/2025
 
Point of Contact
Kimberly Rubio, Phone: 3017616892
 
E-Mail Address
kimberly.rubio@nih.gov
(kimberly.rubio@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-25-2252494 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) 2025-02, January 3, 2025. 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 $34.0 in millions. 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) has a requirement for the following services: One (1) year service for a Cytek Aurora 5 Laser with loader - UV/V/B/YG/R-Premium, SN: U0267/FF252 The contractor shall provide minimum requirements as follows: - Two (2) Preventative Maintenance - Factory trained Field Service Engineers to provide on-site service at facility within 2 days of the government�s request. - All non-consumable parts, travel, and labor for repair visits - 24-hour (maximum) response time for technical support - 48-hour (maximum) response time for non-functional instruments, with escalation to the top of the priority field service job queue - Perform all necessary product revisions and software updates for the Cytek Aurora when the manufacturer issues an update to the machine�s hardware or software. - Demonstrate the technical operations of CHI�s Cytek Aurora upon request. This includes both the operations of the hardware and software features - Work shall be performed by a factory-trained dedicated regional Technical Applications Specialist with documentation certified by Cytek (Contractor must show proof of legal access to Cytek software licenses at time of quote submission). - 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) - Unlimited telephone technical support - Vendors must certify all service personnel who will work on this equipment - Original Equipment Manufacturer (OEM) specification parts and services 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. If you are a third-party service provider, the priority scheduling and/or response time, must be listed, as well as documentation of OEM trained technicians is required. *All service providers must provide proof from Cytek Biosciences, Inc., that they are an authorized service provider for all Cytek Biosciences, Inc, equipment.* Period of Performance: Period of performance for full performance is 02/1/2025 �1/31/2026. Place of Performance: NIH, Clinical Center, 10 Center Drive, Bldg. 10, Bethesda, MD 20892, United States. 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 (NOV 2024) (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 (JAN 2025) *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 January 17, 2025 @ 1:00 PM 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/a4f99dfee542479d9f814ce2ad64b3eb/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN07308008-F 20250110/250108230108 (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.