Federal Bid

Last Updated on 19 Jul 2019 at 8 AM
Combined Synopsis/Solicitation
Bethesda Maryland

Field Service Agreement for a Varian Mercury Varian Mercury 300

Solicitation ID RFQ-RML-D-1974253
Posted Date 19 Jun 2019 at 8 PM
Archive Date 19 Jul 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office National Institute Of Allergy & Infectious Diseases/Amob
Agency Department Of Health And Human Services
Location Bethesda Maryland United states
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-D-1974253 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) 2005-93 January 2017.

The North American Industry Classification System (NAICS) code for this procurement is 811219, Other Electronic and Precision Equipment Repair and Maintenance, with a small business size standard of $20.5. The acquisition is 100% set aside for small business.

Description of the Requirement:
The Tuberculosis Research Section (TRS) of the Laboratory of Clinical and Infectious Diseases (LCID) requires a preventative maintenance service contract, per the attached Statement of Work, for the period of one year for the following laboratory equipment:


Field Service Agreement for a Varian Mercury Varian Mercury 300*serial # G2200-S009352

With this, additional Labor only Cryogen Fill Service Agreement must be added. This includes the Varian Mercury 300 NMR with up to 6 fills per year, two fills to occur in conjunction with the PSI visits. PLEASE SEE Statement of Work (SOW) attached


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; price, capability to meet the requirements, delivery and the best value to the government.

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. (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 (May 2019)
*The applicable subparagraphs of FAR52.212-5 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 52.232-40 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/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 July 04, 2019 1:00 PM MST

Offers may be mailed, e-mailed or faxed to Calvin Robinson; (Fax - 406-375-9835), (E-Mail/ [email protected]). Offers shall include RFQ number in the subject line (RFQ-RML-D-1974253). 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 Calvin Robinson @ [email protected].

 

¬

 

Bid Protests Not Available

Similar Opportunities

Newnan Georgia 31 Jul 2025 at 9 PM
Newnan Georgia 31 Jul 2025 at 9 PM
Columbus Ohio 21 Jul 2025 at 3 PM