Montana Bids > Bid Detail

1 Year Service Contract for an Agilent Technologies brand XF Pro Cell Analyzer

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159833229795925
Posted Date: Jul 7, 2023
Due Date: Jul 14, 2023
Solicitation No: RFQ-NIAID-23-2182255
Source: https://sam.gov/opp/a953329c51...
Follow
1 Year Service Contract for an Agilent Technologies brand XF Pro Cell Analyzer
Active
Contract Opportunity
Notice ID
RFQ-NIAID-23-2182255
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: Jul 07, 2023 04:12 pm EDT
  • Original Date Offers Due: Jul 14, 2023 04:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jul 29, 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 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-23-2182255 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) FAC 2023-04 June 2, 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 $34,000,000.00. 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 for a XF Pro Cell Analyzer



1 year Service Contract for an Agilent Technologies brand XF Pro Cell Analyzer

P.O.P. 08/01/2023 – 07/31/2024



Services included in Agilent CrossLab Silver Service Plan:



• Must provide the exact service as a thru a direct contract with the manufacturer, Agilent Technologies Crosslab Silver Service plan

• Must Provide: Direct Contract-Level Preferred Response (Third party responses must provide a letter from the manufacturer, Agilent, confirming a guarantee to provide same exact response time and service level as thru a direct contract.)

• Must Provide: Full coverage for parts, labor, and travel.

• Only OEM parts will be accepted for all repairs and services.

• 1 Preventative Maintenance shall be performed in accordance with OEM guidelines

• Must provide same day Remote Repairs when possible

• Must provide: Virtual Tech Support (hardware and software)

• Must provide Genuine Agilent parts required for preventive maintenance

• Billing must be invoiced quarterly and in arrears





Quote Instructions

• If quoting as a third-party provider, provide a guarantee from the manufacturer in writing that a billable service repair or on-site call will have the same response time guarantee as a direct contract from the manufacturer.



• All third-party service provider’s, (other than the manufacturer), must include a letter certifying that the manufacturer will accept billable services for repairs not covered by a direct contract.



• 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 (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)



FAR 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 (June 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 (DEC 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 Friday, July 14, 2023 @ 4:00 pm EST



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

Solicitation number RFQ-NIAID-23-2182255 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
  • Jul 07, 2023 04:12 pm 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 >