Montana Bids > Bid Detail

Maintenance Plan for Titan Krios G4 Microscope

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159475662507326
Posted Date: Apr 24, 2023
Due Date: May 2, 2023
Solicitation No: RFQ-NIAID-23-2124255
Source: https://sam.gov/opp/922d65bdf0...
Follow
Maintenance Plan for Titan Krios G4 Microscope
Active
Contract Opportunity
Notice ID
RFQ-NIAID-23-2124255
Related Notice
NIAID-SS-23-2124255
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: Apr 24, 2023 05:11 pm EDT
  • Original Date Offers Due: May 02, 2023 04:30 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: May 17, 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

This notice is a combined synopsis/solicitation for commercial items prepared 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-23-2124255 and the solicitation is issued as a Request for Quotes (RFQ).



This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures, FAR Subpart 13.5 – Simplified Procedures for Certain Commercial Items The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2023-02 Effective March 16, 2023.



The North American Industry Classification System (NAICS) code for this procurement is 811210 Other Electronic and Precision Equipment Repair and Maintenance with a small business size standard of 1,000 in employees. The requirement is being competed, without restriction. The Government anticipates making a single award Firm Fixed Price (FFP) purchase order as a result of this RFQ that will include the terms and conditions set forth herein. By submitting a quotation, offerors are accepting all the Governments terms and conditions listed in this RFQ.



Statement of Need



The National Institute of Allergy and Infectious Disease (NIAID), Electron Microscopy (EM) Unit of the Research Technologies Branch (RTB) is seeking maintenance service for a Thermo Fisher/FEI Titan Krios G4 Microscope to maintain its optimal operating condition. The microscope is used daily and must be repaired and/or upgraded immediately to prevent the loss of research and maintain the continuity of experiments. Due to heavy usage, the systems must be calibrated and serviced periodically. If a failure occurs, the microscope must be repaired quickly and restored to full operation.



Specifically, NIAID is seeking a service maintenance agreement for the following Thermo Scientific/FEI instruments listed below:




  1. Titan Krios G4

  2. X-FEG unit 300 kV

  3. Ceta 16M Camera 300 kV

  4. Phase Plate Solution

  5. Falcon 4 300 kV

  6. BioContinuum Camera



The Contractor shall perform preventative, remedial maintenance and repair services to maintain the equipment in optimal operating condition in accordance with the attached Statement of Work (SOW) and equipment manufacturer’s specifications.



Place of Performance



NIH/NIAID, 903 S. 4th St, Hamilton, MT, 59840 United States. FOB: Destination. The following equipment is used in a BSL1 laboratory.



Period of Performance



May 8, 2023 – March 27, 2024



Quote Instructions



All interested offerors shall provide a quote for the requirement as outlined above and in the SOW. All quotes shall include:



• All service terms, conditions, and exclusions as a part of the quoted service, shall be included with the quotation. Referenced or linked terms and conditions will not be considered nor considered for award.



• Must list and address all service requirements



• All manufacturers and serial number must be listed for each piece of equipment quoted per line



• Period of Performance must be included on quote



• Documentation of OEM trained technicians: All third-party service providers, must include a letter from OEM certifying service technicians or proof of OEM training.




  • Offerors must include Unique Entity ID number from active SAM.GOV registration



The Government may evaluate only those quotes that fully meet the requirements as outlined above and respond to the solicitation instructions and requirements. Failure to furnish a full and complete quote as instructed may result in the Offeror’s response being considered non-responsive and will therefore be eliminated from further consideration and award.



Quote shall be received not later than May 2, 2023 @4:30 pm.



Quotes may be e-mailed to Hershea Vance @ hershea.vance@nih.gov. Quotes shall include RFQ



number in the subject line (RFQ-NIAID-23-2124255). Late submissions shall be treated in



accordance with the solicitation provision at FAR 52.212-1(f). All responsible sources may submit a



quote that will be considered by this Agency. Any questions or concerns regarding this solicitation



should be emailed by April 28, 2023, at 4:30 pm EST to Hershea Vance @ hershea.vance@nih.gov.



Evaluation



NIAID will evaluate quotes to determine the best value to the government. NIAID will make that determination based on technical acceptability, past performance, and price. NIAID will evaluate past performance and price only for those quotes which are rated as technically acceptable. In the event quotes are evaluated as technically equal, past performance, and price will become major considerations in selecting the successful Offeror.



Special Notice to Offerors



Offerors are advised that the Government may share your information with non-government personnel who are assisting with the evaluation of quotes. The exclusive responsibility for source selection will reside with the Government. By submitting your quote, you will be consenting to disclosure of your quote to non-government personnel for purposes of evaluation.



Electronic Invoicing



All invoicing must be billed monthly or quarterly in arrears.



NIH is using a phased transition approach from the NIH Office of Financial Management (OFM) Electronic Invoice Submission instructions to the Department of Treasury’s Invoice Processing Platform (IPP). For contractors that have transitioned to IPP, the Contractor must submit invoices to the Department of Treasury's Invoice Processing Platform (IPP) at https://www.ipp.gov. For contractors that have not transitioned to IPP, the Contractor shall submit invoices to the National Institutes of Health (NIH)/Office of Financial Management (OFM) via email at invoicing@nih.gov with a copy to the approving official until the Contractor has been notified of its transition to IPP.



PROVISIONS AND CLAUSES



FAR 52.252-21 Solicitation Provisions Incorporated by Reference (Feb 1998)



This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquistion.gov/



The following FAR provisions apply to this acquisition:



FAR 52.203-18 - Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements – Representations (Jan 2017)



FAR 52.204-7 - System for Award Management (Oct 2018)



FAR 52.204-16 - Commercial and Government Entity Code Reporting (Aug 2020)



FAR 52.204-24 - Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)



FAR 52.204-26 - Covered Telecommunications Equipment or Services-Representation. (Oct 2020)



FAR 52.212-1 Instructions to Offerors- Commercial Products and Commercial Services (Mar 2023)



FAR 52.212-3 Offerors Representations and Certifications – Commercial Products and Commercial



Services (Dec 2022)



(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 52.252-2 - 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/these address(es):



https://www.acquistion.gov/



The following FAR contract clauses apply to this acquisition:



FAR 52.204-13 System for Award Management Maintenance (Oct 2018)



FAR 52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020)



FAR 52-212-4 Contract Terms and Conditions-Commercial Products and Commercial Services (Dec



2022)



By reference the Department of Health and Human Services Acquisition Regulation (HHSAR) provisions and clauses that are applicable to this requirement. Copies are available from http://www.hhs.gov/policies/hhsar/:



Provisions



HHSAR 352.239-73 Electronic and Information Technology Accessibility Notice (December 18, 2015)



Clauses



HHSAR 352.203-70 Anti-lobbying (December 18, 2015)



HHSAR 352.208-70 Printing and Duplication (December 18, 2015)



HHSAR 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015)



HHSAR 352.239-74 Electronic and Information Technology Accessibility (December 18, 2015)



By full text the Department of Health and Human Services Acquisition Regulation (HHSAR):



HHSAR 352.232-71 - Electronic Submission of Payment Requests (February 2, 2022)



The following additional clauses are applicable to this requirement and provided in full text as Attachments:



FAR 52.212-5 - Contract Terms and Conditions Required to Implement Status or Executive Orders – Commercial Products and Commercial Services (Mar 2023)



FAR 52.217-8 Option to Extend Services (Nov 1999) with Addendum



LIST OF ATTACHMENTS



Attachment 1 – Statement of Work (SOW)



Attachment 2 -Full Text Clauses


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 >