Federal Bid

Last Updated on 14 Jul 2015 at 8 AM
Combined Synopsis/Solicitation
Rockville Rhode island

Service Maintenance Agreement (11 months) for Varian Mercury L900 NMR System

Solicitation ID RFQ-RML-D-1743251
Posted Date 22 Jun 2015 at 8 PM
Archive Date 14 Jul 2015 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 Rockville Rhode island United states

 

This notice is a combined synopsis/solicitation for commercial items prepared 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-1743251 and the solicitation is issued as a Request for Quotes (RFQ).

The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-82 June 08, 2015.

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 million.  The small business set aside is maintained for this requirement.

 Description of the Requirement:

The Tuberculosis Research Section (TRS) of the Laboratory of Clinical Infectious Diseases (LCID)/NIH requires a preventative maintenance service contract for the period of 07/01/2015 - 05/31/16 ( 11 months) for the following laboratory equipment:.

Mnf: Varian, Nuclear Magnetic Resonance Spectroscopy (NMR) QTY: 1 Model: Varian Mercury L900, model #: 958220-04, magnet #6218, serial #S010169 *Note: the equipment has been under an existing maintenance agreement and has not lapsed in coverage

Contractor Requirements:

Line item 1: Field Service Agreement for a Varian Mercury L900 NMR system
 
Scope

•1.       The contractor will provide service and maintenance on the above system and peripherals, for a period of 11 months from the execution of this agreement. 

•2.       The contractor will respond to requests for service and repairs on an as needed basis within forty eight hours (or a time specified by the contractor for this quote).  In addition the contractor will provide two scheduled preventative maintenance visits for routine repairs and adjustments.  These two visits will be scheduled for the commencement of the service agreement and approximately the mid-point of the agreement.

•3.       Upon execution of a new agreement, the contractor will perform initial testing and inspection of the system and peripherals, including (as appropriate) measurement of magnet homogeneity and performance (i.e. cryogen boil-off rate), operation of computer system, RF transmitter and receiver, room temperature shims, CT terminal, Keyboard, Plotter, Disk Drives, cryogen Level monitor, probes and general system operation (including resolution, line shape and sensitivity performance). The initial testing and inspection visit will constitute one (1) of the two (2) above mentioned preventative maintenance visits, and will not represent an additional visit.

 Line item 2: Cryogen Fill Service Agreement
Scope

•1.       The contractor will provide liquid Helium fill service on the above system(s), for a period of 11 months from the execution of the agreements, up to 6 fills per year.  The contractor will provide liquid He fill service on a pre-scheduled basis under an agreement to be jointly developed by the contractor and customer.

The government intends to award a firm fixed price purchase order 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 requirements, quality of coverage and service response times, price and the best value to the government.

 Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service.  The price quote shall include: quotes for line items 1 and line items 2 with sufficient information to evaluate the quality of the service agreement (such as response times, parts covered etc...) and any fees associated with establishing a NEW maintenance agreement.  

 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).

 In addition the Dun & Bradstreet Number (DUNS) must be included in the response.

The following FAR provisions apply to this acquisition:

 FAR 52.212-1 Instructions to Offerors Commercial Items (April 2014)

 FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (March 2015)

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 52.222-25 Affirmative Action Compliance (April 1984)

FAR 52.204-16
Commercial and Government Entity Code Reporting (Nov 2014)

 FAR 52.204-7 System for Award Management (July 2013)

 FAR 52.203-98 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (DEVIATION 2015-02)

 

The following FAR contract clauses apply to this acquisition:

 FAR 52-212-4 Contract Terms and Conditions Commercial Items (May 2015)

 FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (May 2015)

 FAR 52.203-99 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Feb 2015)

 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 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011)

FAR 52.204-13 System for Award Management Maintenance (July 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 (January 2010)

HHSAR  352.242-71 Tobacco-free facilities (Jan 2006)


 

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.

To facilitate the award process all quotes must include a statement regarding the terms and conditions herein as follows:

"The Terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion or addition."
OR

"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"

 (Quoter shall list exception(s) and rationale for the exception(s).)

 Submissions shall be received not later than: Monday June 29, 2015.

 Offers may be mailed, e-mailed or faxed to Bevin Feutrier; (Fax - 406-363-9329), (E-Mail/ [email protected]). 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 Bevin Feutrier @ [email protected].

Bid Protests Not Available

Similar Past Bids

Similar Opportunities

Colorado 23 Jul 2025 at 4 AM (estimated)
Colorado 23 Jul 2025 at 4 AM (estimated)
Columbus Ohio 21 Jul 2025 at 3 PM