Maryland Bids > Bid Detail

ANNUAL SERVICE CONTRACT FOR ImageStream MKII

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159789013123116
Posted Date: May 9, 2023
Due Date: May 16, 2023
Solicitation No: RFQ-NIH-2161372
Source: https://sam.gov/opp/3eb8bce1c4...
Follow
ANNUAL SERVICE CONTRACT FOR ImageStream MKII
Active
Contract Opportunity
Notice ID
RFQ-NIH-2161372
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
NATIONAL INSTITUTES OF HEALTH
Office
NIH NIAID DEA OA OFC ACQUISITIONS
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: May 09, 2023 12:57 pm EDT
  • Original Date Offers Due: May 16, 2023 10:00 am EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: May 31, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J066 - MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT
  • NAICS Code:
    • 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
  • Place of Performance:
    Bethesda , MD 20814
    USA
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-RML-2161372 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)2023-01 December 30, 2022.





The North American Industry Classification System (NAICS) code for this procurement is 811310, OTHER ELECTRONIC AND PRECISION EQUIPMENT REPAIR AND MAINTENANCE BUSINESS SIZE STANDARD OF $22 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) has a requirement for a one year service contract for the following:





The following equipment is used in a BSL2 laboratory and have not been exposed to radioactive materials.





• ImageStream MKII S/N ISX317



• Violet Excitation Laser - 405nm, 120mW



• Green Excitation Laser - 561 nm, 200 mW



• Data Analysis Workstation w/2 TB RAID, dual 24 Monitors, IDEAS Software 1 Seat License Pre-Installed



• MultiMag - 60X, 40X, and 20X (at time of instrument purchase)



• 12 Imaging Channels & EDF



• Red Excitation Laser - 642 nm, 150 mW





The minimum service requirements:





The contractor will be expected to deliver for all listed equipment:




  • On-site coverage of parts, labor and travel for first service visit. Limited on-site coverage for parts, labor and travel for all other visits.

  • One annual preventative maintenance calibration, to be performed by Luminex/Cytek trained and authorized service technicians.

  • Technical support services.

  • End user training.

  • Priority scheduling for service requests.

  • Firmware and software updates to include IDEAS, INSPIRE, ASSIST or Amnis software.





Quote Instructions





Quote must include response to all minimum service requirements, and all instructions for the quote, for the offer to be accepted as responsive.





POP 5/23/23 to 5/22/24





Billing must be quarterly or monthly in arrears. All recertification fees must be stated on quote if needed.





Place of Performance: NIH, 50 South Drive, Bethesda, MD 20814 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. By submitting a quotation, offerors are accepting all the Governments terms and conditions listed in this RFQ. The purchase order award will be based 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 (NOV 2021)





FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (DEC 2022)





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 (DEC 2022)





FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (DEC 2022)



*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 (NOV 2021)





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 May 16th, 2023 @ 10:00 am EST





Offers may be e-mailed to Jesse Weidow (E-Mail/ jesse.weidow@nih.gov). Offers shall include RFQ number in the subject line (RFQ-NIH-2161372). 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 Jesse Weidow @ jesse.weidow@nih.gov.








Attachments/Links
Attachments
Document File Size Access Updated Date
4- FAR 52.212-5 MARCH 2023.docx (opens in new window)
26 KB
Public
May 09, 2023
file uploads

Contact Information
Contracting Office Address
  • 5601 FISHERS LANE SUITE 3D11
  • BETHESDA , MD 20892
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • May 09, 2023 12:57 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.

Start Free Trial Today >