Montana Bids > Bid Detail

1 YEAR SERVICE AGREEMENT FOR - Q Exactive Plus mass spectrometer and EASY nLC

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159208378814384
Posted Date: Nov 2, 2022
Due Date: Nov 8, 2022
Solicitation No: RFQ-NIAID-2150184
Source: https://sam.gov/opp/7106f3bc43...
Follow
1 YEAR SERVICE AGREEMENT FOR - Q Exactive Plus mass spectrometer and EASY nLC
Active
Contract Opportunity
Notice ID
RFQ-NIAID-2150184
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 View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Nov 02, 2022 03:46 pm EDT
  • Original Published Date: Nov 01, 2022 06:15 pm EDT
  • Updated Date Offers Due: Nov 08, 2022 04:00 pm EST
  • Original Date Offers Due: Nov 08, 2022 04:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Nov 23, 2022
  • Original Inactive Date: Nov 23, 2022
  • Initiative:
    • None
Classification View Changes
  • 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 View Changes

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-2150184 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 2022-08 Effective October 28, 2022



The North American Industry Classification System (NAICS) code for this procurement is 811210, 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 instruments



1 year Service Contract for the following:



Q Exactive Plus Mass Spectrometer SN04530L Unity Essential Support Plan-MSPEC-LC-MS

EASY nLC 1200 LC-030941 Unity Essential Support Plan-CHROM-LC



P.O.P. 11/21/2022 – 11/20/2023



The minimum service requirements include:



1) All services must be able to provide the same level of service as the manufacturer’s Essential Plan and Unity Lab Services Essential Plan as provided thru a direct manufacturers contract.

2) Q Exactive Plus Mass Spectrometer SN04530L and the EASY nLC 1200 LC-030941 Unity Essential Support Plan-CHROM-LC Coverage: Essential Plan – LSMS

3) Must provide the manufacturer’s Certified Field Service Engineer for all labor,

travel, and parts required for Corrective Maintenance

4) Must be able to provide “Priority response” On-site visits with the same on-site response time as provided with a direct contract thru the manufacturer.

5) Must provide priority status for technical support inquiries with a targeted immediate response time and will provide a certified service engineer to conduct diagnosis and corrective maintenance procedures. Monday thru Friday, excluding holidays as provided with a direct contract thru the manufacturer.

6) Service to include: One (1) scheduled annual Preventive Maintenance (PM) visit (a standard PM kit is included) during this PM.

7) Must provide discounts on parts, accessories, and consumables during the effective period of the contract as per a direct contract with the manufacturer.

8) Must provide a premium subscription to Unity Lab Services Online Knowledge Base

9) Software and firmware updates for (proprietary software and firmware) upon request and in conjunction with a scheduled Preventive Maintenance or Corrective Maintenance visit. Updates are defined as changes of the existing software version that are intended to improve its performance.

10) Must provide a discount off list price for the training classes purchased during the contract validity period if available within regional location of required service.

11) Billing must be invoiced quarterly and in arrears





Quote Instructions

• If quoting as third party provider, the services quoted “MUST” have the same priority response times as the manufacturer offers thru a “Direct Contract.”

• NO billable services will be accepted due to the high-level usage demand these instruments provide, to avoid long term downtime delays, unless a letter from the manufacturer, ThermoFisher, confirms a billable contract shall provide the same level of service as a direct contract. This instrument is used on a daily basis to run experiments for NIAID researchers and must be able to have this instrument repaired as quickly as possible.

• 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 response to all minimum service requirements and instructions for the quote to be accepted responsive.



Place of Performance: NIH, Rocky Mountain Laboratories 903 S 4th St, Hamilton, MT 59840 United States.



**Include response to FAR 52.204-26 attachment and return with quote. Include 52.204-24 if applicable.



The government intends to award a firm fixed price purchase order to the responsible contractor as a result of this RFQ the award will include the terms and conditions set forth in this RFQ. The purchase order award evaluation will be based on onsite response times provided, and price.



By providing an offer to this RFQ, confirms your facilities acceptance, that the Government Terms and conditions shall prevail over this award



The following FAR provisions apply to this acquisition:



FAR 52.212-1 Instructions to Offerors Commercial Items (NOV 2021)



FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (MAY 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 (NOV 2021)



FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items ( Oct 2022)

*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 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.



Submission shall be received not later than November 8, 2022 @ 4:00 pm EST





Offers may be mailed, e-mailed to Diana Rohlman, (E-Mail/ diana.rohlman@nih.gov

Solicitation number RFQ-NIAID-2150184 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


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

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 >