Montana Bids > Bid Detail

Service Agreement for Stellaris 8 (Premium Care)

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159609866202769
Posted Date: Feb 21, 2023
Due Date: Mar 3, 2023
Solicitation No: RFQ-NIAID-2150927
Source: https://sam.gov/opp/21349be129...
Follow
Service Agreement for Stellaris 8 (Premium Care)
Active
Contract Opportunity
Notice ID
RFQ-NIAID-2150927
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: Presolicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 21, 2023 01:38 pm EST
  • Original Response Date: Mar 03, 2023 12:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J066 - MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT
  • NAICS Code:
    • 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
  • Place of Performance:
    Hamilton , MT 59840
    USA
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-2139027 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) 2023-01, December 30, 2022.





The North American Industry Classification System (NAICS) code for this procurement is 811310, Commercial and Industrial Machinery and Equipment (Except Automotive and Electronic) Repair and Maintenance, with a small business size standard of $11.0 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:





12-MONTH SERVICE AGREEMENT FOR THE FOLLOWING INSTRUMENT AND EQUIPMENT WITH PERIOD OF PERFORMANCE: 03/30/2023 – 03/29/2024






  • Service Agreement for Aperio AT2 whole slide scanner, serial #7199, equipment number 11842755, quantity 1

  • eSM HUB (E-Slide Manager) Software support, quantity 1





Minimum Requirements:



Including:




  1. On-Site Priority Scheduling - Scheduling priority for on-site service request

  2. On Site Service - Direct access to our technical experts during business hours

  3. 1 PM Per Year – Prescheduled – 360-degree maintenance to maximize instrument performance

  4. Comprehensive Service Inspections (CSI) - CSI performed at each service visit to mitigate potential errors before they occur

  5. Field Application Specialist Support included Utilize our extensive network of field application specialists for specialized instruments

  6. Replacement Parts -Manufacturer replacement repair parts included at no extra cost.



Service Contract Requirements:



1. One (1) PM and inspection as required by OEM,



2. Emergency repair service as required during the hours of 08:00am - 05:00pm, Monday through Friday,



3. Repairs (includes Parts and replacement parts, travel, labor, and any return shipping),



4. Guaranteed OEM Parts (must be 100% certified), and OEM or ERD Technicians only



5. Coverage 24 hours a day, 7 days a week, 365 days a year



6. A full inspection report to include: Calibration settings Hardware and software replacement and repair



7. Submit a full inspection report of findings, after inspecting the Leica/Aperio Biosystems AT2 Slide Scanner



8. Must provide Priority On-Site Service. Due to the nature of this equipment, un-necessary downtime results in critical research time lost. Priority Service is hereby defined as priority responses from a direct contract. If quoting as a billable service and not a direct contract, it must be defined in any third-party quote response,



9. As priority status is only available with a contract with Leica Microsystems, quotes submitted by third-party vendors must also include a contract with Leica Microsystems to be considered.





Place of Performance: NIH, Rocky Mountain Laboratories, 903 South 4th Street, 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 (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 (MAY 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/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 Friday, March 3, 2023 @ 12:00 PM EST





Offers may be e-mailed to Rita Davis (E-Mail/ rita.davis@nih.gov). Offers shall include RFQ number in the subject line (RFQ-NIAID-2150927). 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 Rita Davis @ rita.davis@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
  • Feb 21, 2023 01:38 pm ESTPresolicitation (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 >