Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 24, 2020 SAM #6751
SOLICITATION NOTICE

J -- PerkinElmer Annual Maintenance Agreement

Notice Date
5/22/2020 1:25:48 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIAID BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
RFQ-NIAID-2012870
 
Response Due
5/29/2020 5:00:00 AM
 
Archive Date
06/13/2020
 
Point of Contact
Skye Duffner, Phone: 4068026092, Julienne Keiser, Phone: 4063639370
 
E-Mail Address
skye.duffner@nih.gov, jkeiser@niaid.nih.gov
(skye.duffner@nih.gov, jkeiser@niaid.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-2020012 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) 2020-06, Effective 05/06/2020.� 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 $20.5 million. This requirement is NOT set-aside for small business. Background: �The NIAID Integrated Research Facility (IRF) is part of the National Interagency Biodefense Campus, a group of federal biomedical research facilities based at Fort Detrick, Maryland. The IRF is composed of 6 core laboratories: (1) Clinical Core, (2) Anatomic Pathology, (3) Cell Culture, (4) Imaging Physics, (5) Comparative Medicine, and (6) Aerobiology. Scientists at the IRF focus on developing prevention and treatment options that will be directly relevant to human diseases�whether they emerge naturally or are deliberately introduced. Advanced imaging technology and other state-of-the-art features inside a secure laboratory allow researchers to follow disease processes. Description of the Requirement: The Program Planning and Analysis Branch (PPAB) is seeking to procure a maintenance agreement of a BASE + 1 Option Year, PerkinElmer equipment. These machines need to be in optimal operating order to perform continuing experiments related to the mission of the research laboratories in the Integrated Research Facility. See attachment for equipment and serial numbers. Any offers must meet the Gold Plan coverage level of the manufacturer: ����������� Unlimited repair visits (includes travel) ����������� PerkinElmer Certified Parts ����������� Training Discounts of 10% ����������� Priority Level response time ����������� QTY 1 Preventive Maintenance visit Place of Performance: IRF, Bio-Safety Level 4 Facility, Frederick, MD 21702 Period of Performance: Base: 06/01/2020-05/31/2021 Option Year 1: 06/01/2021-05/31/2022 *Please include your DUNS number on quote *Include response to FAR 52.204-26 attachment and return with quote *Include response to FAR 52.204-24 if applicable Submission shall be received not later than 10:00 a.m. EST, May 29, 2020. 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; price, capability to meet the requirements, delivery and the best value to the government. The following FAR provisions apply to this acquisition: FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019) FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Dec 2019) FAR 52.212-1 Instructions to Offerors Commercial Items (Oct 2018) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (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 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) The following FAR contract clauses apply to this acquisition: FAR 52-212-4 Contract Terms and Conditions Commercial Items (Oct 2018) FAR 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Jan 2020) *The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. FAR 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Jan 2017) FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019) FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (Dec 2015) 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 & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax. Offers may be mailed, e-mailed or faxed to Ms. Skye Duffner, (E-Mail/ skye.duffner@nih.gov 406-802-6092). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f) (Oct 2018) 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 Ms. Skye Duffner at skye.duffner@nih.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5807f6af915c43c3b3dc5cfdb94ea162/view)
 
Place of Performance
Address: Frederick, MD 21702, USA
Zip Code: 21702
Country: USA
 
Record
SN05668887-F 20200524/200522230156 (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  © 1994-2020, Loren Data Corp.