This solicitation is a request for quotes (RFQ). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC2005-94 AND 95 1-19-17
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 contract for:
• Tomography Software serial # D1125.2xplor3dexpr
• Tecnai Spirit BT TEM Serial # D1125
• Tecnai Pheripheral Vitrobot serial # 080100130
• Period of Performance 11/07/2017 - 11/06/2018
• Invoices to be paid quarterly in arrears
Service Agreement must include:
• Preferred 48 hours service agreement which includes labor, travel, living expenses and parts covereage
• Software Coverage to include system updates and upgrades
• Targeted response time of 48 hours
• One Scheduled 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 FEI Factory Certified Technicians to perform the work (NO EXCEPTIONS)
FOB Point shall be Destination; Hamilton, MT 59840
Place of Performance:
NIH/NIAID
Rocky Mountain Laboratories
903 S 4TH Street
Hamilton, MT 59840
United States
All responsible sources who are certified by FEI Company as 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. 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, price, past performance, delivery, warranty, and the best value to the government.
PROVISIONS AND CLAUSES
The government intends to award a single firm, fixed price purchase order as a result of this solicitation that will include the terms and conditions set forth herein.
The following FAR and HHSAR provisions and clauses apply to this acquisition:
FAR 52.212-1 Instructions to Offerors Commercial Items (Jan 2017)
FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (Jan 2017)
Offerors must complete annual representations and certifications on-line at http://www.sam.gov in accordance with
FAR 52.203-98 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (DEVIATION 2015-02)
FAR 52.203-99 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (DEVIATION 2015-02)
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)
The following contract clauses apply to this acquisition:
FAR 52-212-4 Contract Terms and Conditions Commercial Items (Jan 2017)
FAR 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Jan 2017)
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, under an active status for All Awards, 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://farsite.hill.af.mil/vffara.htm or, upon request, either by email 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 10/18/2017 4:00 p.m. Mountain Time.
Offers may be e-mailed to ([email protected]). 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]).