This notice is a combined synopsis/solicitation, Notice of Intent. The Government intends to negotiate on a sole source basis with Roche Diagnostics Corp., for a maintenance service agreement, period of performance 04/01/2013-03/31-2014, in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are not being requested and a written solicitation will not be issued. Submit offers on NOI-RML-5-13011. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-66 dated February 28, 2013. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is not a Small Business Set-Aside. The North American Industry Classification System (NAICS) code for this procurement is 811219 and the small business size is $19.0. The Rocky Mountain Laboratories, (RML) has a need for a service agreement on existing Roche brand equipment. This equipment includes all components of the GS FX Sequencer. Only qualified and certified technicians are allowed to work on the Sequencer and must use original manufactured parts. FOB Point shall be Destination; Hamilton, MT. Delivery location is Rocky Mountain Laboratories, 903 S. 4th Street, Hamilton, MT. The following FAR provisions and clauses apply to this acquisition: (B)(1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in http://www.sam.gov 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; 52.212-1 Instructions to Offerors Commercial Items; 52.204-9 Personal Identity Verification of Contractor Personnel; FAR 52.212-4 Contract Terms and Conditions Commercial Items; FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall have posted their FAR 52.212-3 Offerors Representations and Certifications Commercial Items at website http://www.sam.gov. Award will be based on the capability of the item offered to meet the above stated salient characteristics, delivery, price, past performance, and the best value to the government. Offers may be mailed to Suzanne Miller at Rocky Mountain Laboratories, 903 S. 4th Street, Hamilton, Mt 59840, faxed to the POC indicated above (Fax - 406-363-9288), or e-mailed at (
[email protected]). Offers must be submitted not later than 4:30 PM (MDST), 3/19/13. Copies of the above-referenced clauses are available from https://www.acquisition.gov/far or upon request, either by telephone or fax. All responsible sources may submit an offer that will be considered by this Agency.
Bid Protests Not Available