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-2061733 and the solicitation is issued as a Request for Quotes (RFQ).
This acquisition will be awarded 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) 2021-05, 03/10/2021.
The North American Industry Classification System (NAICS) code for this procurement is 811219, Other Electronic and Precession Equipment Repair and Maintenance, with a small business size standard of $22,000,000.00. 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 an annual maintenance agreement on a TITAN KRIOS TEM (see attachment for list of parts and S/N).
Period of Performance 05/26/2021 – 05/25/2022
Location of Equipment: 903 S 4th St, HAMILTON, MONTANA 59840
The minimum service requirements include:
Remote support in this instance refers to being able to remotely connect to the instruments and actively troubleshoot/ remediate the problem
Quote Instructions
*Include your DUNS number
*Include response to FAR 52.204-26 attachment and return with quote. Include 52.204-24 if applicable.
*include all additional documents in the quote instructions.
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 purchase order award will be based on the lowest price technically acceptable.
The following FAR provisions apply to this acquisition:
FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020)
FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Nov 2020)
FAR 52.212-1 Instructions to Offerors Commercial Items (Jun 2020)
FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (Oct 2020)
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 52-212-4 Contract Terms and Conditions Commercial Items (Oct 2018)
FAR 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Nov 2020)
*The applicable subparagraphs 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 (Aug 2020)
FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)
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) (Jun 2020)
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].