Federal Bid

Last Updated on 22 Mar 2024 at 5 PM
Combined Synopsis/Solicitation
Bethesda Maryland

1 Year Service Agreement for BD Equipment 1) LSRFortessa SORP (with lasers) QTY 3 and FACS Flow Supply System QTY 1

Solicitation ID RFQ-NIAID-24-2213428
Posted Date 22 Mar 2024 at 5 PM
Archive Date 16 Apr 2024 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office National Institutes Of Health Niaid
Agency Department Of Health And Human Services
Location Bethesda Maryland United states 20814

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-NIAID-2213428 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 2024-03 February 23, 2024

The North American Industry Classification System (NAICS) code for this procurement is 811210, Electronic and Precession Equipment Repair and Maintenance, with a small business size standard of $34,000,000.00. The requirement is being competed full and open competition, un-restricted and without a small business set-aside.

The National Institute of Allergy and Infectious Diseases (NIAID) has a requirement for:

POP 05/25/2024 – 05/24/2025

1 Year Service Agreement for BD Equipment 1) LSRFortessa SORP (with lasers) QTY 3 and FACS Flow Supply System QTY 1
The laboratory of Clinical Immunology and Microbiology has a requirement to purchase an annual service plan for multiple pieces of laboratory equipment – Flow Cytometry. The minimum requirements for the service plan include the following:
1) LSRFortessa SORP (QTY 3) Serial # s: H647794L6059, H17700011 and H17700006
•    Service plan must include labor, travel expenses and parts (excluding consumables)
•    Service plan must include coverage for the Special-Order System with one LSRFortessa Computer Workstation (excluding lasers and printers)
•    2 Preventative Maintenance Inspections and 2 PM Kits in accordance with published technical specifications 
•    OEM parts
•    OEM Certified technicians
•    Services must be performed in accordance with OEM published standards and guidelines.
•    Software Revisions released during the agreement term
•    Unlimited Service Visits (Mon-Fri) excluding holidays.
•    Unlimited Telephone Support for instruments, reagents and applications
•    Emergency On-Site Service must be “Equal to that of a Direct Contract held with BD Biosciences” 48-hours response time or emergency on-site service (Monday through Friday, excluding Holidays). 

Priority onsite scheduling equal to the manufacturers direct contract, to ensure minimal down time of instrumentation. Priority scheduling and onsite response for all repairs during the period of performance. Priority is defined as giving priority scheduling equal to a direct contract and guaranteeing the equivalent manufacturer’s priority onsite response. 

*Note: A priority status is required for this service agreement and as priority status is only available with a direct contract with BD Biosciences, quotes submitted by third-party vendors must also include a direct contract with BD Biosciences to be considered or a guarantee that priority response service is equal to that of a direct contract with BD Biosciences.

* Third-party vendors must include their guaranteed response time to make emergency calls made to BD Biosciences.
 
*Special note: This equipment goes through a rigorous decontamination process every time for PM and repair. The decontamination may shorten the life of the parts resulting in the possibility of replacement parts and repairs needed more often than the standard life expectancy.

Each LSRFortessa includes lasers that require coverage.
1. a LSRFortessa SORP Serial # : H647794L6059
1) SAPPHIRE 488-50 Blue Lsr
2) CUBE 640-40 Red Lsr
3) COMP 561-50 Lt Yellow Lsr
4) COMP 405-50 Violet Lsr
5) GENESIS 355-20 UV Lsr
1. b LSRFortessa SORP Serial#: H177000111
1) CUBE 640-40 Red Lsr
2) COMP 405-100 Violet Lsr
3) COMP 315-150 Green Lsr
4) SAPPHIRE 488-20 Blue Lsr
5) LIGHTWAVE XYCTE 355-20 UV Lsr
1. c LSRFortessa SORP Serial # : H17700006
1) COMP 561-50 Lt Yellow Lsr
2) SAPPHIRE 488-20 Blue Lsr
3) CUBE 640-40 Red Lsr
4) COMP 405-100 Violet Lsr

2) FACS Flow Supply System Serial#: N3492774980
•    Service plan must include labor, travel expenses and parts (excluding consumables)
•    Unlimited Service Visits (Mon-Fri) excluding holidays.
•    OEM parts
•    OEM Certified technicians
•    Unlimited Telephone Support for instruments, reagents, and application
•    Priority onsite scheduling equal to the manufacturers direct contract, to ensure minimal down time of instrumentation. Priority scheduling and onsite response for all repairs during the period of performance. Priority is defined as giving priority scheduling equal to a direct contract and guaranteeing the equivalent manufacturer’s priority onsite response. 
•    *Note: A priority status is required for this service agreement and as priority status is only available with a direct contract with BD Biosciences, quotes submitted by third-party vendors must also include a direct contract with BD Biosciences to be considered or a guarantee that priority response service is equal to that of a direct contract with BD Biosciences.
•    * Third-party vendors must include their guaranteed response time to make emergency calls made to BD Biosciences.
•    *Special note: This equipment goes through a rigorous decontamination process every time for PM and repair. The decontamination may shorten the life of the parts resulting in the possibility of replacement parts and repairs needed more often than the standard life expectancy.

Payments shall be invoiced by vendor and disbursed by the NIH in 4 quarterly payments in arrears.

Place of Performance: NIH, 9000 Rockville Pike, BLDG 10 Clinical Center, Bethesda, MD 20814, United States.  FOB: Destination

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: technical capability to meet the requirements and price.

ATTENTION QUOTERS! BY PROVIDING AN OFFER TO THIS RFQ, IT CONFIRMS YOUR ACCEPTANCE THAT THE FOLLOWING GOVERNMENT TERMS AND CONDITIONS SHALL PREVAIL OVER THE AWARD.

The following FAR provisions apply to this acquisition: 

FAR 52.212-1 Instructions to Offerors Commercial Items (SEP 2023)

FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (FEB 2024)

FAR 52.204-7 System for Award Management (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 FAR 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)

52.204–26 Covered Telecommunications Equipment or Services-Representation
(OCT 2020) *** Must complete representation if attached to this solicitation- see attachment 52.204-26

The following FAR contract clauses apply to this acquisition:

FAR 52-212-4 Contract Terms and Conditions Commercial Items (NOV 2022)

FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (FEB 2024)
*The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting.

FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023)

FAR 52.204-13 System for Award Management Maintenance (OCT 2018)

FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021)

HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 2015)

FAR 52.252-2 -- Clauses Incorporated by Reference. (Feb 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address:  http://farsite.hill.af.mil/vffara.htm

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 April 1, 2024 @ 4:00 EST

Offers may be e-mailed to Diana Rohlman (E-Mail/ [email protected]). Offers shall include RFQ number in the subject line (RFQ-NIAID-24-2213428). 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 at [email protected].


 

Bid Protests Not Available