Montana Bids > Bid Detail

SERVICE AGREEMENT FOR AB SCIEX QTRAP 5500 MASS SPECTROMETER AND ACCESSORIES

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159199964409325
Posted Date: Jun 12, 2023
Due Date: Jun 21, 2023
Solicitation No: RFQ-NIAID-23-2171085
Source: https://sam.gov/opp/de185c8888...
Follow
SERVICE AGREEMENT FOR AB SCIEX QTRAP 5500 MASS SPECTROMETER AND ACCESSORIES
Active
Contract Opportunity
Notice ID
RFQ-NIAID-23-2171085
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
NATIONAL INSTITUTES OF HEALTH
Office
NATIONAL INSTITUTES OF HEALTH NIAID
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: Jun 12, 2023 11:57 am EDT
  • Original Date Offers Due: Jun 21, 2023 11:00 am EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 22, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J066 - MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT
  • NAICS Code:
    • 811210 - Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance:
    Hamilton , MT 59840
    USA
Description

Document Type: Combined Synopsis/Solicitation



Solicitation Number: RFQ-NIAID-23-2171085



Posted Date: 06/12/2023



Response Date: 06/21/2023



Set Aside: No



NAICS Code: 811210



Classification Code: J066



Contracting Office Address:



Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 903 S 4th Street, Hamilton, MT 59840



Title: SERVICE AGREEMENT FOR AB SCIEX QTRAP 5500 MASS SPECTROMETER AND ACCESSORIES



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-23-2171085 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) 2023-02 March 16, 2023.



The North American Industry Classification System (NAICS) code for this procurement is 811210, Electronic and Precision Equipment Repair and Maintenance, with a small business size standard of $34 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:



The minimum service requirements for the following instruments:



6-month Service Contract for the following instrument and equipment:



Period of Performance: to be established upon award



Assurance Plan for the following instruments:




  1. QTRAP5500 Mass Spectrometer, serial number EG220241805

  2. QTRAP6500+ Mass Spectrometer, serial number DY257072005



Assurance Plan for LC Devices:




  1. Exion LC AC Pump, serial numbers ABDXR5670978, ABDG55571203, ABCXR5670450, ABDXR5670979, ABCBM5671284, ABRES5601394

  2. Shimadzu XR System, serial numbers L20435654565, L20235657580, L20215553245, L20705669878, L20455551307, L20435654564, L20435654565



Vendor Assurance Plan:




  1. PEAK1024, serial number 771045833

  2. PEAK1024, serial number 771060221



Minimum Requirements:




  1. Sciex Software Plus Plan (updates and upgrades)

  2. Full coverage for OEM replacement parts, labor, and travel.

  3. One (1) Preventive Maintenance Inspections to be performed during the six-month period including one (1) PM kits

  4. Remote Technical Support (Monday 8:00 AM to Friday 5:00 PM MST)

  5. onsite response time for repairs in Zone 4

  6. On-site workflow support and troubleshooting

  7. Workflow telephone and online support during normal business hours

  8. Priority onsite scheduling equal to a manufacturers direct contract, to ensure minimal down time of instrumentation. Priority is defined as giving priority scheduling equal to a direct contract and guaranteeing the equivalent manufacturer’s priority onsite response. If you are a third-party service provider, the priority scheduling and/or response time, must be listed on a capabilities statement, as well as documentation of OEM trained technicians is required.

  9. Analyst Service Diagnostics



Quoting Requirements:




  1. Line items and serial numbers must be listed on the quote and in the same order as they are listed above.

  2. 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.)

  3. 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)

  4. Provide End User License Agreement (EULA) if applicable

  5. 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.

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

  7. Vendor must include Unique Entity ID number from sam.gov registration

  8. Lapse of coverage process: Recertification process and fees must be included.



Place of Performance: NIH, 903 S. 4th St, Hamilton, MT 59840, 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 and price.



The following FAR provisions apply to this acquisition:



FAR 52.212-1 Instructions to Offerors Commercial Items (MAR 2023)



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 (MAR 2023)



*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 at the time of submitting quote, 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 no later than Wednesday June 21st, 2023 @ 1:00 PM 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-NIAID-23-2171085). 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
Contact Information
Contracting Office Address
  • 5601 FISHERS LANE, SUITE 3D11
  • BETHESDA , MD 20892
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jun 12, 2023 11:57 am 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 >