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-RML-C-2061633-1 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 2021-03 Effective March 10, 2021
The North American Industry Classification System (NAICS) code for this procurement is 811219, Other Electronic and Precession Equipment Repair and Maintenance, with a small business size standard of $22,000,000.00. 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 on the following; Please see the equipment list below, that provides all equipment information and serial numbers.
EQUIPMENT COVERED:
1 Svc Cont FACSAria II SORP (No Lasers) Customer material# : 34046905 Serial# : P90500004
CAT # 643925
2 Svc Cont OBIS 488-100 LS Blue Lsr Customer material# : 345307 Serial# : NO-SERIAL-2753
CAT # 660816
3 Svc Cont Laser CUBE 640-40 Red Lsr Customer material#: 64196808 Serial# : C16012603
CAT # 647310
4 Svc Cont Laser 405-50 Violet Lsr Customer material# : 649438 Serial# : C17112204
CAT # 642079
5 Svc Cont SAPP 561-100 Lt Yellow Lsr Customer material# : 646550 Serial# : NO-SERIAL-7412
CAT # 647318
6 Svc Cont FACSymphony A5 Customer material# : Cat # 661545 Serial# : R66096400081
7 Svc Cont SAPPHIRE 561-200 Yellow Lsr Customer material#: 648708 Serial#: NO-SERIAL-12644 CATALOG # 660794
8 Svc Cont MPB 628-200 Red Laser Customer material#: 648437 Serial#: NO-SERIAL-12641
CAT # 660881
9 Svc Cont G4 355-100 UV Lsr Customer material#: 655730 Serial# : NO-SERIAL-12643
CAT # 660801
10 Svc Cont OBIS 405-200 LX Violet Lsr Customer material# : 655174 Serial# : NO-SERIAL-12642
CAT # 660810
11 Svc Cont SAPPHIRE 488-200 MP Blue Lsr Customer material# : 656185 Serial# : NO-SERIAL-12640
CAT # 660784
12 Svc Cont FACS Flow Supply System Customer material#: 349277 Serial# : N3492775409
CAT # 337755
13 Svc Cont High Throughput Sampler Customer material# : 33865909 Serial# : U64770160201
CAT # 337756
EQUIPMENT DETAILS:
Equipment age: March 2006
Some lasers are aftermarket and some are original, see equipment listing for serial numbers.
Equipment is located within Biosafety Level 1 & 2 Laboratories at Hamilton, MT.
Service agreement must be serviced by OEM Technicians.
The minimum service requirements include:
• Two planned maintenance inspections during 12 months, including 2 PM Kits for the FACSAria II SORP, FACSymphony A5
• OEM parts, OEM labor, Serviced by OEM Technicians (MUST be manufacturer factory trained technicians travel for all remedial repair as well as well as for preventive maintenance visits
• One preventive maintenance inspection for the High Throughput Sampler
• Unlimited On-site emergency visits and calls to Hamilton, MT, a remote area, to respond to all emergencies and all other calls.
• Software revision released during the agreement term
• Unlimited telephone support on workdays 8 AM to 6:00 PM MST, excluding holidays
• Unlimited telephone support for instruments, reagents and applications will be provided
• Unlimited service visits, as reasonably requested by the buyer to perform repairs. Monday-Friday excluding holidays
• Coverage should include equipment and one Computer Workstation (excluding printers) for labor, travel expenses, and parts.
• Must list your emergency on-site service respond time. List in number of Hours or Days. Monday through Friday, excluding holidays.
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
• Quote must include all service terms, conditions and exclusions as a part of, or as an attachment to the quotation.
• Quote must include response to all minimum service requirements and instructions for the quote to be accepted responsive.
Period of Performance: 06/21//2021-06/20/2022
Place of Performance: ROCKY MOUNTAIN LABORATORIES, 903 S 4TH ST, HAMILTON, MT 59840 United States.
FOB: Destination
*Include your DUNS number
*Include response to FAR 52.204-26 attachment and return with quote. Include 52.204-24 if applicable.
Submission shall be received not later than 05/25/2021 8:00 a.m. EST
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 purchase order award will be based on the Lowest Price Technically acceptable. Technical capability for the offeror to meet the full-service requirements listed in this solicitation, the service response time provided, and price.
The following FAR provisions apply to this acquisition:
FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020)
FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Nov 2020)
FAR 52.212-1 Instructions to Offerors Commercial Items (Jun 2020)
FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (Oct 2020)
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 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements – Representation (Jan 2017)
The following FAR contract clauses apply to this acquisition:
FAR 52-212-4 Contract Terms and Conditions Commercial Items (Oct 2018)
FAR 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Jan 2021)
*The applicable subparagraphs are included in the attachment to this posting.
FAR 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Jan 2017)
FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020)
FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)
FAR 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014)
HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (Dec 2015)
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.
Offers may be mailed, e-mailed or faxed to Diana Rohlman, (E-Mail/ [email protected]. Offers shall include RFQ number in the subject line (RFQ-RML-C-2061633-1) 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, [email protected].