This solicitation is a request for quotes (RFQ). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2019-06 effective date 09/10/2019
The associated North American Industry Classification System (NAICS) code for this procurement is 811219 with a small business size standard of $20.5 Million dollars. This is not a total small business set aside.
The National Institute of Allergy and Infectious Diseases (NIAID), Rocky Mountain Laboratories, is seeking to purchase a 1 -year service and support contract for:
• Tomography Software serial # D1125
• Tecnai Spirit BT TEM Serial # D1125
• Tecnai Pheripheral Vitrobot serial # 080100130
• Period of Performance 11/07/2019 - 11/06/2020
• Invoices to be paid quarterly in arrears
• Period of Performance 11/07/2019 - 11/06/2020
Service Agreement must include:
•Software Coverage to include system updates and upgrades to the tomography software system. Software updates and upgrades that solely improve the functionality of previously purchased software capabilities.
•Telephone response time of four (4) hours
•On-site labor response time of 48 hours, unlimited labor hours, includes labor, travel, living expenses and parts covereage
•Replacement FEG tip for applicable products.
•One Scheduled Preventative Maintenance visit during period of contract.
•All repairs shall use original equipment manufacturer parts (OEM) (NO EXCEPTIONS)
•All necessary materials to perform the maintenance or repair, and shall provide manufacturer factory certified technicians to perform the work (NO EXCEPTIONS)
•Please quote any additional fees if equipment re-certification cost incurs
•All responsible sources who are certified by ThermoFisher / FEI authorized third party repair vendors may submit a proposal showing their capabilities and past performance repairing this type of equipment. The vendors shall provide certification from original equipment manufacturer that they are authorized to perform these services and have access to OEM parts and supplies. A guarantee must be provided that only OEM parts and supplies will be used, and only factory certified technicians will perform repairs. All responsible sources may submit a response that will be considered. Award will be based on the capability of the item offered to meet the above stated salient characteristics, past performance, delivery, warranty, price and the best value to the government.
•All interested parties submitting quotes must address al criteria in this posting to be considered.
Destination; Hamilton, MT 59840
Place of Performance:
NIH/NIAID
Rocky Mountain Laboratories
903 S 4TH Street
Hamilton, MT 59840
United States
The following FAR provisions apply to this acquisition:
FAR 52.212-1 Instructions to Offerors Commercial Items (Oct 2018)
FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (Oct 2018)
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 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)
52.204-24 Representation Regarding Certain Telecommunications and Video
Surveillance Services or Equipment (August 2019) *** Must complete representation - see attachment 52.204-24
The following FAR contract clauses apply to this acquisition:
FAR 52-212-4 Contract Terms and Conditions Commercial Items (August 2019)
FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (August 2019)
*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 (Dec 2013)
FAR 52.204-13 System for Award Management Maintenance (Oct 2018)
HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (January 2015)
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.
This is an open-market combined synopsis/solicitation for a 1 year service contract defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein.
Submission shall be received not later than 10/18/2019 9:00 A.M. Mountain Time.
Offers may be e-mailed to ([email protected]) and noting the posting number in the subject line of the email. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f)
All responsible sources may submit a quotation which shall be considered by the agency.
Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to ([email protected]).