MAINTENANCE AGREEMENT TECNAISPIRIT WITH GATAN ERIUS CAMERA
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 Regulat... 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-2000239 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) 2020-01 November 12, 2019. The North American Industry Classification System (NAICS) code for this procurement is 811219, Other Electronic and Precision Equipment Repair and Maintenance, with a small 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 service maintenance agreement on the TecnaiSpirit electron microscope with Gata Orius SC 200 camera, that was purchased in 2009. This is located in a restricted building, Biosafety Level 3, and the service engineers must obtain security clearance to enter the building by the RFQ closing date. Please see attached equipment list for all model and serial numbers. The minimum service requirements are: 48 hour onsite service response time. 4 hour Telephone technical support Software updates/revisions 1 Preventative Maintenance visit Parts, labor and travel included (Please list all exclusions) This is a base plus 3 option year request, and the period of performance is 02/19/2020 – 02/18/24. Please be sure to list all exclusions of service, software update/revisions inclusions, and guarantees on onsite response time is applicable on the quotation. If you are a third-party vendor and using manufacturer technicians, please provide a letter from the manufacturer confirming their use of technicians in this biosafety level. Place of Performance: NIH, 9000 Rockville Pike, BLDG 33, Bethesda, MD 20852, 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, maintenance services offered, and price. The following FAR provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items (Oct 2018) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (Oct 2018) FAR 52.204-7 System for Award Management (Oct 2018) FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (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 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) 52.204–24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (August 2019) *** Must complete representation if applicable and if attached to this solicitation- see attachment 52.204-24 The following FAR contract clauses apply to this acquisition: FAR 52-212-4 Contract Terms and Conditions Commercial Items (October 2018) FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (October 2019) *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 (Dec 2013) FAR 52.204-13 System for Award Management Maintenance (Oct 2018) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 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 ****TBA*** @ 3:00 EST Offers may be e-mailed to Laura Grey; (E-Mail/ laura.grey@nih.gov). Offers shall include RFQ number in the subject line (RFQ-NIAID-2000239). 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 Laura Grey, laura.grey@nih.gov.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »