Federal Bid

Last Updated on 11 May 2019 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

1Year Service and Support Contract for a DNA Analyzer, ABI Prism and the 7900HT Sequencing Detection System

Solicitation ID RFQ-RML-C-1962282
Posted Date 12 Apr 2019 at 2 PM
Archive Date 11 May 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office National Institute Of Allergy & Infectious Diseases/Amob
Agency Department Of Health And Human Services
Location Sao tome and principe
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-1962282 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_ 2019 01/01-22-2019)
The North American Industry Classification System (NAICS) code for this procurement is 811219, with a small business size standard of $20.5 M. The small business set aside is dissolved for this requirement.

The National Institute of Allergy and Infectious Diseases (NIAID) Research Technology Section has a requirement for a renewal of the service and support contract for the DNA Analyzer ABI Prism 3730XL (S#17119-011) and the 7900HT Sequence Detection System (S#100125) Period of Performance 05/14/2019 - 05/13/2020


Place of Performance: NIH /Rocky Mountain Laboratories, 903 S 4th St, Hamilton, Montana, United States.

Instruments requiring the Service Contract are:
DNA Analyzer ABI PRism 3730 XL S#17119-011, 1 YEAR SERVICE & SUPPORT AGREEMENT 1PM & 7900HT SEQ DETECTION SYSTEMS W/ROBOT AB assurance 1 PM. 1 YEAR SERVICE AGREEMENT

 

 

 

Service shall include: Parts, labor and travel for remedial repairs.
Service to include 1 Preventative Maintenance visit during the period of contract for each instrument. Guaranteed priority response time of two (2) business days after receipt of a service call.
Guaranteed response time of 3 business days to complete remedial repairs.
All work shall be performed by Life Technologies Factory Certified Technicians....No exceptions.
All repairs shall use original equipment manufacturer parts (OEM)....No exceptions.
Priority telephone and email access to instrument technical
Support, Monday thru Friday, excluding holidays, from 8:00 a.m. - 5:00 p.m.
Telephone and email access to application technical support Monday thru Friday, excluding holidays, from 8:00 a.m. - 5:00 p.m.
Remote Monitoring and Dx Service, which provides for notification to customer of instrument failures or errors that are reported by AB's Remote Monitoring software.
System software updates and remote diagnostics as needed. Offeror must provide software access approval from manufacturer (Life Technologies).

Period of performance is 05/14/2019 - 05/13/2020
Service agreement also requires one (1) preventative maintenance visit(s) to be performed within the contract period for both instruments located in Hamilton, MT

All responsible sources who are certified by Life Technologies as authorized third-party repair vendors may submit a proposal showing their capabilities and past performance repairing this type of equipment. Offerors shall provide certification from original equipment manufacturer that they are authorized to perform these services and have access to OEM parts and supplies, and computer system access. If you are a third party service provider, please include the certified partnership certification, certified equipment license or certified teaming agreement paperwork with quotation.

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.

FOB Point shall be Destination; Hamilton, MT 59840

 


The Government intends to award a single purchase order to cover both instruments. 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 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)

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. (Dec 2014) is updated in your SAM record)
FAR 52.203-19 - Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements.

The following FAR 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 2019)
*The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting.

FAR 52.204-18 Commercial and Government Entity Code Maintenance (Nov 2014)

FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)

FAR 52.204-13 System for Award Management Maintenance (July 2013)

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://farsite.hill.af.mil/vffara.htm or, upon request, either by email or fax.

Submission shall be received not later than April 21, 2019, 9:00 AM MOUNTAIN TIME.

Offers may be mailed, e-mailed to [email protected] Must note Posting number RFQ-RML-C-1962282 in email subject line.

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 Diana Rohlman @ [email protected].

Bid Protests Not Available

Similar Opportunities