SERVICE CONTRACT
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement ... This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation number is RFQ-75N94020Q00004 and is issued as a Request for Quotation (RFQ). The solicitation /contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2020-01. The North American Industry Classification (NAICS) Code is 811219 with a size standard of $20.5 Million. The acquisition has been prepared by the National Institute of Child Health and Development (NICHD), in support of the work of the National Institute of Diabetes, Digestive, and Kidney Disease (NIDDK) has a requirement to procure a Service Contract for Titan Krios G3. NIDDK's advanced mass spectrometry Core Facility offers important support through a wide but not all-encompassing range of technical areas in protein analysis. Although sample quality will always be the most important factor in whether a project succeeds the sensitivity and the analysis speed of the mass spectrometer share in being the next most important factor in analysis. NIDDK AMSCF had supported these activities with two different instruments. In addition to providing a single PM visit the vendor shall cover all hardware which is associated with NIDDK's LUMOS except for the LC systems and except for exempted materials. Service will be provided within 72 hours of reporting of an instrument problem and this response can be in the form of a remote engineer managed repair of the instrument by our facility's staff. The instrument will be maintained for a period of 1 year. The Multi Institute Cryo-EM Facility (MICEF) is a collaborative facility maintained by the NIDDK. It serves the scientific communities of NHLBI, NIDDK, NIAMS, and NINDS. MICEF currently houses a Titan/Krios G3 microscope that is used for Cryo-Electron Microscopy (Cryo-EM), a specialized process that produces detailed 3D characterization of biological samples. MICEF offers support in planning Cryo-EM experiments, sample preparation and imaging, using equipment, and analyzing data. To continue this support, the Titan/Krios G3 microscope requires a maintenance plan to keep the microscope functioning properly and providing accurate results. TheTitan/Krios G3 microscope is located in the building 13/room G826. OBJECTIVE The objective is to purchase a preventative maintenance plan for the Titan/Krios G3 microscope. SALIENT / REQUIRED FEATURES AND SPECIFICATIONS The vendor will provide 4-hour targeted telephone support, 48-hour targeted onsite labor response, unlimited labor hours (including travel time and expenses), all necessary spare parts (including all accessories listed on the contract), one preventive maintenance visit (per year) and software updates. Task Areas: Task Area 1 – The company shall provide a qualified service engineer to perform maintenance of the microscope with equipment and parts. Service will be on the units themselves in their current location by qualified FEI service engineer in the presence of LCMB staff. Task Area 2 – When a service request is submitted, the vendor shall response within 48 hours and send in service engineer to service/repair the microscope. PERIOD OF PERFORMANCE A period of performance cannot exceed 12 consecutive months for this order is January 1, 2020 – December 31, 2020. The offeror must include a completed copy of the following provisions: 1) FAR Clause 52.212-1 Instructions to Offerors – Commercial items; 2) FAR Clause 52.212-2, Evaluation – Commercial Items. As stated in FAR Clause 52.212-2 (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be advantageous to the Government, price and other factors considered. The following factors will be used equally to evaluate offers: Technical Evaluation, Price, and Past Performance. The Government will make award based on Best Value. Note: Past Performance Information: Vendors must submit a listing of the most recent contracts/awards (minimum of 3) which demonstrate similar work in nature to this Solicitation. Contracts/awards may include those entered with the Federal Government, state and local governments and commercial concerns. Include the following information for each contract or subcontract: Name of Contracting Organization Contract Number (for subcontracts provide the prime contract number and the subcontract number) Contract Type Total Contract Value Description of Requirement Contracting Officer’s Name and Telephone Number Program Manager’s Name and Telephone Number 3) FAR Clause 52.212-3, Offeror Representations and Certifications – Commercial Items; 4) FAR Clause 52.212-4, Contract Terms and Conditions – Commercial Items; 5) FAR Clause 52-212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items – Deviation for Simplified Acquisitions. The Dun and Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN) and the certification of business size shall be included. The clauses are available in full text at http://www.arnet.gov/far. Interested vendors capable of providing the Government with the items specified in this synopsis should submit their quotation to the below email address. Quotations will be due 11:00AM EST Thursday, December 14, 2019. Offerors shall send the quotation/proposal to Verne Griffin at verne.griffin@nih.gov or https://ecps.nih.gov/ . The quotation must reference Solicitation number RFQ-75N94019Q00004. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Responses to this notice shall contain sufficient information to establish the interested parties’ bona-fide capabilities for fulfilling the requirement and include: certification to provide OEM service and parts, unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.” Faxed copies will not be accepted.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »