Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2021 SAM #6987
SOLICITATION NOTICE

J -- 1 YEAR SERVICE CONTRACT FOR NEXGEN INSTRUMENTS

Notice Date
1/13/2021 1:47:54 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-RML-C-2051046
 
Response Due
1/22/2021 8:00:00 AM
 
Archive Date
02/06/2021
 
Point of Contact
DIANA ROHLMAN, Phone: 4063639366, Laura Grey, Phone: 4063759812
 
E-Mail Address
diana.rohlman@nih.gov, laura.grey@nih.gov
(diana.rohlman@nih.gov, laura.grey@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-2051046 and the solicitation is issued as a Request for Quotes (RFQ). This acquisition will be awarded 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) 2021-02 November 23, 2020. The North American Industry Classification System (NAICS) code for this procurement is 811219, Other Electronic and Precession Equipment Repair and Maintenance, with a small business size standard of $22,000,000.00. 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 an annual Maintenance agreement on two Illumina NextSeq500 Sequencers listed: � 1 year Service Contract NextSeq 550 S/N NB551574 � 1 year Service contract NextSeq 550 S/N NB551182 � P.O.P. 02/01/2021 � 01/31/2022 The minimum service requirements include: ��� �Technical Support (unlimited Remote Support and Onsite visits). Quote must indicate: o�� �Days/hours and exclusions of operation for remote support. o�� �Days/hours and exclusions of Onsite visits. o�� �Days/hours and exclusions of Onsite Emergency Repair visits. ��� �Support response. Quote must indicate: o�� �Remote support response time (include guarantees) o�� �Onsite visit response time (include guarantees, zoning/geography restrictions if applicable) o�� �Onsite Emergency Repair visit response time (include guarantees, zoning/geography restrictions if applicable) include any additional charges for emergency repairs, not covered in service agreement. ��� �Only OEM parts will be accepted for all repairs and services. ��� �One (1) Preventive Maintenance (PM) visits (must include OEM PM kits) ��� �Software updates/revisions � Quote Instructions ��� �Indicate the order of priority in which repairs will be scheduled. (For example, if the vendor serves multiple clients, which clients, if any, take precedence over others. If there is a tier-based system that prioritizes certain clients or certain types of repairs over others, indicate at what tier or priority of service that is being quoted.) ��� �Indicate the nature of software updates/revisions during the service period. Include when they will be implemented (for example, will revisions/updates be provided and released to NIAID, during PM visits only, upon immediate release, or on another schedule) o�� �Provide End User License Agreement (EULA) if applicable ��� �Quote must include all service terms, conditions and exclusions as a part of, or as an attachment to the quotation. Referenced or linked terms and conditions will not be considered nor included in award. ��� �Vendor is invited to include past performance references of similar services, including the description of the service, the period of performance, and a client contact name and phone number for that award. ��� �Quote must include response to all minimum service requirements and instructions for the quote to be accepted responsive. Period of Performance:02/01/2021-01/31/2022 Place of Performance: NIH / Rocky Mountain Laboratories, 903 S 4th Street �Hamilton, MT � United States. FOB: Destination *Include your DUNS number *Include response to FAR 52.204-26 attachment and return with quote. Include 52.204-24 if applicable. Submission shall be received not later than �9:00 a.m. MST 01/22/2021. 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 purchase order award will be based on price and other factors, including Past performance and the overall 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 (Oct 2020) FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Nov 2020) � FAR 52.212-1 Instructions to Offerors Commercial Items (Jun 2020) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (Oct 2020) 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 (Nov 2020) *The applicable subparagraphs 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 2020) 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 to Diana Rohlman, (E-Mail/ diana.rohlman@nih.gov Solicitation number RFQ-RML-C-2051046 must be referenced in the subject line of the emailed submission. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f) (Jun 2020) 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 Diana Rohlman at diana.rohlman@nih.gov �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f9eea8c875294ab4a3269cab98bdb4bd/view)
 
Place of Performance
Address: Hamilton, MT 59840, USA
Zip Code: 59840
Country: USA
 
Record
SN05891075-F 20210115/210113230104 (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.