Montana Bids > Bid Detail

service contract for seven (7) Carl Zeiss confocal microscopes

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159892747148370
Posted Date: May 11, 2023
Due Date: May 22, 2023
Solicitation No: RFQ-NIAID-2163946
Source: https://sam.gov/opp/df08165ec4...
Follow
service contract for seven (7) Carl Zeiss confocal microscopes
Active
Contract Opportunity
Notice ID
RFQ-NIAID-2163946
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
NATIONAL INSTITUTES OF HEALTH
Office
NIH NIAID DEA OA OFC ACQUISITIONS
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: May 11, 2023 11:51 am EDT
  • Original Date Offers Due: May 22, 2023 04:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jun 06, 2023
  • 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-2118652 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)2022-06 May 26, 2022.





The North American Industry Classification System (NAICS) code for this procurement is 811219 - Other Electronic and Precision Equipment Repair and Maintenance, with a 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:





Place of Performance: NIH/NIAID Multiple locations listed below. The National Institute of Allergy and Infectious Diseases (NIAID) has a requirement for an annual Maintenance agreement on the following Carl Zeiss instruments listed below:



The purpose of this acquisition is to provide a service contract for eight (8) Carl Zeiss confocal microscopes: Period of Performance: 7/1/2022 to 06/30/2023








  1. LSM 780 - Serial #2505000104 – located in Rockville, MD, 20852




  1. 000000-1910-108 Protect advanced LSM 780

  2. 000000-1910-092 Protect advanced Research Microscope mot

  3. 000000-1910-118 Protect advanced LSM BiG Detector

  4. 000000-1910-106 Protect advanced NLO Coupling

  5. 000000-1910-107 Protect advanced 405/440nm CW Laser

  6. 000000-1910-107 Protect advanced 405/440nm CW Laser






  1. LSM 710 - Serial #2501000211 – located at Rocky Mountain Labs, Hamilton, MT, 59840




  1. 000000-1910-109 Protect advanced LSM 710 (34 Ch.)

  2. 000000-1910-092 Protect advanced Research Microscope mot

  3. 000000-1910-107 Protect advanced 405/440nm CW Laser








  1. LSM 880 - Serial #2811000262 – Premium Coverage - located in Rockville, MD, 20852




  1. 000000-2024-745 Protect premium LSM 880 (3 Ch.)

  2. 000000-1912-874 Protect premium Research Microscope mot

  3. 000000-2024-258 Protect premium Airyscan

  4. 000000-1912-854 Protect premium 405/440nm CW Laser








  1. LSM 880 - Serial #2802100114 – Premium Coverage - located at Rocky Mountain Labs, Hamilton, MT, 59840




  1. 000000-2024-750 Protect premium LSM 880 (34 Ch.)

  2. 000000-1912-874 Protect premium Research Microscope mot

  3. 000000-2024-258 Protect premium Airyscan

  4. 000000-1912-853 Protect premium NLO Coupling

  5. 000000-1912-854 Protect premium 405/440nm CW Laser








  1. Microbeam IV/Axio Observer – Serial #1214000645 - located at Rocky Mountain Labs, Hamilton, MT, 59840




  1. 000000-1912-888 Protect premium PALM MB III or IV

  2. 000000-1912-874 Protect premium Research Microscope mot

  3. 000000-1842-916 Protect premium Axiocam 202/305/IC

  4. 000000-1912-891 Protect premium PALM CryLas UV Laser






  1. LSM 710 - Serial #2501000174 - located at Rocky Mountain Labs, Hamilton, MT, 59840




  1. 000000-1910-109 Protect advanced LSM 710 (34 Ch.)

  2. 000000-1910-092 Protect advanced Research Microscope mot

  3. 000000-1910-107 Protect advanced 405/440nm CW Laser






  1. Axio Scan.Z1 – Serial #4631001043 - located at Rocky Mountain Labs, Hamilton, MT, 59840




  1. 000000-2024-332 Protect premium Axio Scan.Z1 BF/FL+





Minimum Requirements:




  1. One (1) preventative maintenance inspection per agreement year. This includes all labor and travel associated with conducting this PM inspection visit, all labor and travel related charges associated with any service visit in additional to the PM visit as may be required during the agreement year, is included, all covered replacement parts. Scheduled and emergency service performed between the hours of 8:00am and 5:00pm Monday through Friday excluding federal holidays






  1. 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). Must provide End User License Agreement (EULA) if applicable.








  1. OEM parts and service required. Documentation of OEM trained technicians required.






  1. 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.





Quoting Instructions:



All offers shall include:




  • All service terms, conditions, and exclusions as a part of the quoted service

  • Must list and address all service requirements

  • All equipment must be quoted separately

  • 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.

  • Unique Entity ID# from active sam.gov registration must be included on quote. NIH no longer used DUNS numbers.





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 (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)





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 (DEC 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 not later than May 22, 2022 @ 4:00 PM EST





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-2163946). 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
Contact Information
Contracting Office Address
  • 5601 FISHERS LANE SUITE 3D11
  • BETHESDA , MD 20892
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • May 11, 2023 11:51 am 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 >