Federal Bid

Last Updated on 11 Jan 2023 at 5 PM
Combined Synopsis/Solicitation
Bethesda Maryland

Maintenance/Service Agreement for Agilent LC-QQQ and LCMS Equipment

Solicitation ID RFQ-NIAID-2154999
Posted Date 11 Jan 2023 at 5 PM
Archive Date 09 Feb 2023 at 5 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 20892

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-2154999 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) 2023-01, Effective 12/30/2022. 

The North American Industry Classification System (NAICS) code for this procurement is 811210, Other Electronic and Precession Equipment Repair and Maintenance, with a small business size standard of $30,000,000.00. 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 a one year service contract for the following:

•           Agilent LC-QQQ system:

o          G6460C – MDL#G6460 Triple Quad MSD s/n SG15247308

o          G4226S – MDL#1290 Infinity High Performance Autosampler s/n DEBAP07318

o          G1316C – MDL#1260-1290 Infinity TCC s/n DEBAC11631

o          G1330B – MDL#1200 Autosampler thermostat s/n DEBAL2499

o          G4220A – MDL#1290 Infinity Binary Pump VL s/n DEBAA05836

•           Agilent LCMS system:

o          G1946D – MSL#G1946 Single quad LC/MS with ESI s/nUS94810242

o          G1312A – MDL#1100 Binary Pump s/n US83101830

o          G1315A – MDL#1100 DAD s/n US824042689

o          G1316A – MDL#1100 TCC s/n US82404463

o          G1312A – MDL#1100 Fluorescence detector s/n DE60555303

o          G1329A – MDL#1100 Thermostatted ALS s/nDE82201872

o          G1330A – MDL# Autosampler Thermostat s/n NA

o          G1322A – MDL#1100 Vacuum Degasser module s/n JP03925848

o          G1323A – MDL#1100 Handheld control module s/n DE83106792

The minimum service requirements:

 For the LC-MS system, the contractor shall:

•           Provide one preventive maintenance service visit a year that includes

replacement of longlife DAD uv bulb and other PM replacement parts.

•           2-day response turnaround time for service call requests

•           Telephone support for diagnosis and repair consultation

•           Service contract price includes all travel, labor, and parts (except

consumable items and items exposed to sample)

•           Service should cover the following components: Mass selective

detector G1946D, binary pump G1312A, diode array detector G1315A,

thermal column compartment G1316A, fluorimeter G1321A, control

module G1323A, autosampler G1329A, thermostat G1330A, degasser

G1322A, and chemstation software ver A 10.02

For the LC-QQQ system, the contractor shall:

•           Provide one preventive maintenance service visit a year. Includes, but

not limited to, inspection of system and pump oil; clean source; inspect

filter; run diagnostic

•           2-day response turnaround time for service call requests

•           Unlimited number of service calls. Unlimited telephone technical

support

•           Service contract price includes all travel, labor, and parts (except

consumable items)

•           Service should cover the following components: G6460C triple

quadrupole mass selective detector, G4220A 1290 pump, G1316C

Thermal column compartment, G4226A autosampler, G1330B 1290

thermostat, and mass hunter software

Billing must be quarterly or monthly in arrears.  All recertification fees must be stated on quote if needed.

*Note: A 48-hour priority status is required for this service agreement. Failure to meet the timeline for repairs or any other requirement may result in an unsatisfactory rating in Contractor Performance Assessment Reporting System (CPARS).

Place of Performance:

NIAID

33 North Drive

Bethesda, MD 20892

FOB: Destination

Period of Performance:

Base: 02/01/2023-01/31/2024

Security note:

Technicians are required to go through a security screening when accessing the NIH Bethesda Campus. Information regarding security at the NIH can be found in the link below. https://www.nih.gov/about-nih/visitor-information/campus-access-security

Inspection Note: FAR Part 52.212-4(a)

All work will be inspected and approved by an authorized laboratory official at the completion of the job. All work will be completed in accordance with the manufacturers service standards.

* By submitting a quotation, you are accepting that all government terms and conditions set forth herein shall prevail over the award.

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 the lowest price technically acceptable. By submitting a quotation, you are accepting that all government terms and conditions set forth herein shall prevail over the award. The technical evaluation will be based on the following: technical capability to meet the requirements listed on the attachment, and then price.

The following FAR provisions apply to this acquisition:

FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)

FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020)

FAR 52.212-1 Instructions to Offerors Commercial Items (Nov 2021)

FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (Dec 2022)

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 52.222-51 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 U.S.C. chapter 67).

FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000)

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

FAR 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Dec 2022)

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

FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Nov 2021)

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 & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax.

Offers may be e-mailed to Ms. Skye Duffner, (E-Mail/ [email protected] 406-802-6092). 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 Ms. Skye Duffner at [email protected].

Bid Protests Not Available

Similar Past Bids

Similar Opportunities