Federal Bid

Last Updated on 28 May 2019 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

Maintenance, Repair & Rebuilding of Equipment / Becton Dickinson LSRFortessa Cytometers and Lasers

Solicitation ID NIAID-RFQ-19-1961569
Posted Date 02 May 2019 at 9 PM
Archive Date 28 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 United states
This notice is a combine synopsis/solicitation Request for Quote NIAID-RFQ-19-1961569. Commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The incorporated provisions and clauses are those in effect with the Federal Acquisition Circular 2019-01 dated December 20, 2018. The National Institute of Allergy and Infectious Diseases, Integrated Research Facility (IRF) is requesting to procure a service agreement for two (2) Becton Dickinson LSRFortessa (No Lasers) (serial # H64778500001 and #H64779300011) and two (2) Becton Dickinson LSRFortessa (3-Lasers) (serial #H78500001 and #H79300005) cell analyzer cytometers that includes ten (ten) Lasers of different colors (COHR Cube 640-40 Red (2 each), Violet 405-100 (2 each) Sapphire 488-100 Blue (2 each) , and COHR COMPASS Green 315M-150 (4 each). This acquisition will be processed under FAR Part 12 - Acquisition for Commercial Items and will be made pursuant to the authority in FAR Part 13.501(a)(1).


Only one award will be made as a result of this solicitation. This acquisition will be processed under Simplified Acquisition Procedures as a firm-fixed price type of contract, and is not a small business set-aside. The associated North American Industry Classification System (NAICS) Code is 811219, with the size standard of $20,500,000.00.

Period of performance is for one (1) year starting June 1, 2019 - May 31, 2020. Services shall be performed in Frederick, MD 21702.

The following apply to this acquisition; FAR Part 52.212-1 Instructions to Offerors - Commercial Items, FAR Part 52.212-4 Contract Terms and Conditions - Commercial Items, and FAR Part 52.212-5 - Contract Terms and Conditions Required to Implement Status or Executive Orders - Commercial Items (see attached), and by reference the Department of Health and Human Services Acquisition Regulation HHSAR 352.203-70 Anti-lobbying, and HHSAR 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations.

The IRF is to manage, coordinate, and facilitate the conduct of emerging infectious disease and biodefence research to develop vaccines, countermeasures, and improved medical outcomes for patients. The two (2) Becton Dickinson LSRFortessa (No Lasers) and two (2) Becton Dickinson LSRFortessa (3-Lasers) are comprised of multiple components and are extremely sensitive and precise in the measurement of cell populations and characteristics down to the single-cell level and require specific technical support to maintain this level of precision. These instruments are in daily use, arrangements for repair and/or upgrades must be immediately available in order to prevent loss of research and to maintain continuity of experiments. The requested coverage of the service agreement for the Becton Dickinson LSRFortessa (No Lasers) consists of the following: original equipment manufacturer (OEM) parts, labor and travel for remedial repair, 2 Preventative Maintenance (PM) inspections to be performed during twelve-month period, 2 PM Kits, proprietary software revisions released during the twelve-month period, unlimited service visits, Monday-Friday, unlimited telephone support for instruments, reagents, and applications at no additional charge, and onsite response within 48 hours of a request for emergency on-site service Monday - Friday. The requested coverage of the service agreement for Becton Dickinson LSRFortessa (3-Lasers) consists of the following: OEM parts, labor and travel for remedial repair, 2 PM Inspections to be performed during twelve-month period, 2 PM Kits, proprietary software revisions released during the twelve month period, unlimited service visits, Monday-Friday, Unlimited telephone support for instruments, reagents, and applications will be provided at no additional charge, and a 48-hour guaranteed response of a request for emergency on-site service Monday-Friday. NIAID will evaluate quotes to determine the best value to the government. NIAID will make a Best Value Determination based on the capability of each offeror's quote to provide all requested products/services and meet the required technical specifications of service coverage, to provide OEM parts and proprietary software, to provide service in a timely manner as stated in this solicitation, and at a reasonable price. The Government's objective is to obtain the highest quality considered necessary to achieve the project objectives, with a reasonable cost. Non-price factors, when combined, are considered more important than price. In the event quotes are evaluated as equal in non-price factors, price or cost will become a major consideration in selecting the successful offeror. The Government intends to award without discussions but reserves the right to conduct discussions should it be deemed in the Government's best interest.

All responsible sources who can provide the required service agreement may submit a response that could be considered by email (subject line to reference NIAID-RFQ-19-1961569) to Tonia Alexander at [email protected], by 1:00 pm eastern standard time Monday, May 13, 2019. All information furnished must be in writing and must contain sufficient detail to allow NIAID to determine if it can meet the above specifications described herein. By submission of an offer, the Offeror confirms the requirement that a prospective Awardee shall be registered in the System for Award Management (www.sam.gov) 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. [Note: Lack of registration in SAM will make an Offeror ineligible for award.] All responses received by the closing date of this solicitation will be considered by the Government.

Bid Protests Not Available

Similar Past Bids

Similar Opportunities

Saint clair Michigan 14 Jul 2025 at 6 PM
Location Unknown 10 Jul 2025 at 4 PM
Rock island Illinois 09 Jul 2025 at 7 PM
Pennsylvania 01 Aug 2025 at 4 AM (estimated)
Pennsylvania 01 Aug 2025 at 4 AM (estimated)