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) 2005-101, October 26, 2018
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 $20,500,000.00.
This requirement is NOT set-aside for small business.
The National Institute of Allergy and Infectious Diseases (NIAID), The Vaccine Research Center (VRC) seeks to procure an annual maintenance agreement on the various centrifuges and incubators located in Bldg. 40. Please see attached equipment listing for equipment make, models and serial numbers. Also, attached is a description of the Total Care service option. All Parts must be OEM no gray market parts will be accepted, and all repairs must be performed by a certified technician. If you are a third party service provider, please include the certified partnership certification, certified equipment license or certified teaming agreement paperwork with quotation.
Place of Performance: NIH, 9000 Rockville Pike, Rockville, MD 20892
FOB: Destination
Submission shall be received not later than ****, by 5:00 p.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 award will be based on the following; capability to meet the OEM requirements, the services listed on the Total Care Service Option, equipment certification paperwork, delivery, price 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 (Oct 2018)
*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.
Offers may be mailed, e-mailed to Ms. Laura Grey, (E-Mail/ [email protected]). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f) (Oct 2018)
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 Ms. Laura Grey at [email protected].