Federal Bid

Last Updated on 12 Apr 2024 at 7 PM
Combined Synopsis/Solicitation
Gaithersburg Maryland

SERVICE AGREEMENT FOR FAC SYMPHONY, HIGH THROUGHPUT SAMPLER AND LASERS

Solicitation ID RFQ-NIAID-24-2208637
Posted Date 12 Apr 2024 at 7 PM
Archive Date 07 May 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 Gaithersburg Maryland United states 20878

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-24-2208637 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, Other Electronic and Precision Equipment Repair and Maintenance, with a small business size standard of $34 million. 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 service agreement for a FACSymphony A5 Flow Cytometers, High Throughput Sampler and lasers, (serial #H66096400001, #H66096400005, #H66096400006, #H66096400007, and #H66096400009, period of performance 5/1/2024 – 4/30/2025.

  1. Svc Cont FACSymphony A5, Serial# : H66096400013, Product# 661545, GTIN 00382906615459, Qty. 1
  2. Svc Cont SAPPHIRE 488-400 Blue Lsr, Serial# NO-SERIAL-12923, Product# 660785, Qty. 1
  3. Svc Cont MPB 628-1000 .3mm Red SORP Lsr, Serial# : NO-SERIAL-12920, Product# 662041, Qty. 1
  4. Svc Cont OBIS 405-200 LX Violet Lsr, Serial# NO-SERIAL-12921, Product# 660810, Qty. 1
  5. Svc Cont MPB 532-1000 SORP Green Laser, Serial# NO-SERIAL-12922, Product# 661547, GTIN 00382906615473, Qty. 1
  6. Svc Cont G4 355-60 w/BD UV Lsr, Serial# NO-SERIAL-12924, Product# 660800, Qty. 1
  7. Svc Cont High Throughput Sampler, Serial# : U64770160448, Product# 337756, Qty. 1

The Contractor MUST provide the following services:

  • 2 Preventative Maintenance Inspections to be performed during twelve-month period.
  • 2 Preventative Maintenance Kits will be provided with Software Revisions that are released during the agreement term.
  • Unlimited service visits during the term of the agreement, Monday-Friday.
  • 48 hour-guaranteed response to a request for emergency on-site service Monday­ Friday.
  • Under this Agreement, CUSTOMER will be billed at the prevailing hourly rate for labor and travel for service provided on weekends and holidays, minimum 4 hours labor ad travel combine.
  • Unlimited telephone support for instruments, reagents, and applications will be provided at no additional charge.
  • Workstation printers are not covered.

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. If you are a third-party service provider, the priority scheduling and/or response time, must be listed on a capabilities statement, as well as documentation of OEM trained technicians is required.

Place of Performance: NIH, 9 West Watkins Mill Road, Gaithersburg, MD 20878, 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.

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)

FAR 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 2023)

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)

  FAR 52.217-4 Evaluation of Options Exercised at Time of Contract Award. (JUN 1988)

  FAR 52.217-5 Evaluation of Options. (JUL 1990)

  FAR 52.217-8 Option to Extend Services (NOV 1999)

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

HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (DEC 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 22, 2024 @ 12:00 am EST

All quotations and required documents must be submitted via the NIAID electronic Simplified Acquisition Submission System (eSASS) website at https://esass.nih.gov. All vendors must register in the eSASS system to submit a quotation. Instructions on how to register / submit quotes are included on the website. 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. 

Bid Protests Not Available

Similar Past Bids

Location Unknown 16 Sep 2021 at 2 PM
Silver spring Maryland 12 Mar 2020 at 6 PM
Pike New hampshire 28 Aug 2018 at 7 PM
Bethesda Maryland 22 Aug 2005 at 5 AM

Similar Opportunities

Location Unknown 28 Jul 2025 at 8 PM
Washington District of columbia 31 Jul 2025 at 4 AM (estimated)
Washington District of columbia 31 Jul 2025 at 4 AM (estimated)
Washington District of columbia 01 Aug 2026 at 4 AM (estimated)