Service Contract for Cytiva Biacore T-200 Processing Unit, Full Care (9-month agreement required)
Agency: | HEALTH AND HUMAN SERVICES, DEPARTMENT OF |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159081563516495 |
Posted Date: | Apr 2, 2024 |
Due Date: | Apr 12, 2024 |
Solicitation No: | RFQ-NIAID-24-2217451 |
Source: | https://sam.gov/opp/bca3fe84b5... |
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
- Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
- All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
- Original Published Date: Apr 02, 2024 12:05 pm EDT
- Original Date Offers Due: Apr 12, 2024 05:00 pm EDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Apr 27, 2024
-
Initiative:
- None
- Original Set Aside:
- Product Service Code: J066 - MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT
-
NAICS Code:
- 811210 - Electronic and Precision Equipment Repair and Maintenance
-
Place of Performance:
Rockville , MD 20852USA
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.
- 5601 FISHERS LANE, SUITE 3D11
- BETHESDA , MD 20892
- USA
- Dana Monroe
- dana.monroe@nih.gov
- Phone Number 4063759814
- Apr 02, 2024 12:05 pm EDTCombined Synopsis/Solicitation (Original)
TRY FOR FREE
Not a USAOPPS Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.