Montana Bids > Bid Detail

One Year Service Contract for BD FACSAria ll, FACSymphony A5, and Lasers

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159395141827230
Posted Date: Dec 1, 2022
Due Date: Dec 9, 2022
Solicitation No: RFQ-NIAID-2151035
Source: https://sam.gov/opp/311b15fc59...
Follow
One Year Service Contract for BD FACSAria ll, FACSymphony A5, and Lasers
Active
Contract Opportunity
Notice ID
RFQ-NIAID-2151035
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-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 01, 2022 12:15 pm EST
  • Original Date Offers Due: Dec 09, 2022 11:00 am EST
  • Inactive Policy: Manual
  • Original Inactive Date: Dec 10, 2022
  • 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-2151035



Posted Date: 12/01/2022



Response Date: 12/09/2022



Set Aside: None



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: One Year Service Contract for BD FACSAria ll, FACSymphony A5, and Lasers



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-2151035 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) 2022-08 October 28, 2022.



The North American Industry Classification System (NAICS) code for this procurement is 811210, OTHER ELECTRONIC AND PRECISION EQUIPMENT REPAIR AND MAINTENANCE 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 an annual Maintenance agreement on the following BD Biosciences instruments listed below:



1 year Service Contract for the following instrument and equipment:



Period of Performance: 12/21/2022 - 12/20/2023




  1. LSRFortessa SORP, Serial Number: P90500004

  2. Sapphire 488-100 Blue Laser Serial Number: NO-SERIAL-2753

  3. SAPP 561-100 Lt Yellow Laser Serial Number: 7412

  4. CUBE 640-40 Red Laser Serial Number: C16012603

  5. CUBE 405-50C Violet Laser Serial Number: C17112204

  6. FACSymphony A5 Customer Serial Number: R66096400081

  7. SAPPHIRE 561-200 Yellow Laser Serial Number: NO-SERIAL-12644

  8. MPB 628-200 Red Laser Serial Number: NO-SERIAL-12641

  9. G4 355-100 UV Laser Serial Number: NO-SERIAL-12643

  10. OBIS 405-200 LX Violet Laser Serial Number: NO-SERIAL-12642

  11. OBIS 488-150 LX Blue Laser Serial Number: NO-SERIAL-12640

  12. FACS Flow Supply System Serial Number: N3492775409

  13. High Throughput Sampler Serial Number: U64770160201

  14. FACSymphony A5 Customer Serial Number: R66096400082

  15. G4 355-100 UV Laser Serial Number: NO-SERIAL-12670

  16. OBIS 405-200 LX Violet Laser Serial Number: NO-SERIAL-12669

  17. OBIS 488-150 LX Blue Laser Serial Number: NO-SERIAL-12667

  18. MPB 628-200 Red Laser Serial Number: NO-SERIAL-12668

  19. SAPPHIRE 561-200 Yellow Laser Serial Number: NO-SERIAL-12671

  20. High Throughput Sampler Serial Number: R658946000096

  21. FACS Flow Supply System Serial Number: N3492775410



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



Minimum Requirements:




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

  2. Two (2) Preventive Maintenance Inspections to be performed during a twelve-month period including two (2) PM kits

  3. Remote Technical Support (Monday 8:00 AM to Friday 6:00 PM Eastern time)

  4. 72-hour response time for onsite applications support (troubleshooting and repairs)

  5. 72-hour response time for all emergency repairs and all on site visits

  6. Instrument control software (controls the instrument for sequencing runs) and hardware proprietary updates (can occur during scheduled preventative maintenance visits, unless critical for operation of instrument) software and firmware updates upon request, and in conjunction with a scheduled Preventive Maintenance or Corrective Maintenance visit, including software revisions.

  7. Unlimited service visits during normal business days hours, excluding Federal holidays

  8. Unlimited telephone support for instruments and applications

  9. Required reagents for use in the preventative maintenance and emergency repairs

  10. Priority onsite scheduling equal to a manufacturers direct contract, to ensure minimal down time of instrumentation. Priority scheduling and onsite response for all repairs during the period of performance. 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 your quote.



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



• 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 all instructions for the quote, for the offer to be accepted as responsive.



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



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 (NOV 2021)



FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (OCT 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 52.217-8 Option to Extend Services



FAR 52.217-9 Option to Extend the Term of the Contract



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 quote submission, 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, by email.



Submission shall be received not later than Friday December 9th, 2022 @ 11:00 AM MST



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-2151035). 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
Attachments
Document File Size Access Updated Date
4 - HHSAR 352.docx (opens in new window)
13 KB
Public
Dec 01, 2022
FAR 52.212-5 October 2022.docx (opens in new window)
22 KB
Public
Dec 01, 2022
889 Compliance 52.204-26 OCT 2020.pdf (opens in new window)
44 KB
Public
Dec 01, 2022
file uploads

Contact Information
Contracting Office Address
  • 5601 FISHERS LANE, SUITE 3D11
  • BETHESDA , MD 20892
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Dec 01, 2022 12:15 pm ESTCombined 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 >