Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 14, 2014 FBO #4465
SOLICITATION NOTICE

66 -- Maintenance for Freedom EVO 200 and Infinite Pro Equipment

Notice Date
2/12/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-CSS-14-080
 
Archive Date
3/6/2014
 
Point of Contact
Lauren M. Phelps, Phone: 3015942490
 
E-Mail Address
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION This is a combined synopsis/solicitation for commercial items. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This acquisition is being conducted in accordance with the procedures of FAR Part 13 - Simplified Acquisition Procedures. The solicitation number is HHS-NIH-NIDA-SSSA-CSS-14-080 and the solicitation is issued as a request for quotation (RFQ). NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 334516 with a Size Standard of 500 Employees. SET-ASIDE STATUS This acquisition is not set-aside and is issued for full and open competition. ACQUISITION AUTHORITY This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures. This acquisition is not expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72, dated January 30, 2014. The resultant purchase order will include all applicable provisions and clauses in effect through this date. DESCRIPTION OF REQUIREMENT Purpose The purpose of this requirement is acquisition of a service contract to support the National Center for Advancing Translational Science's two installed Tecan Freedom EVO 200 lab robots and a Tecan Infinite 200 Pro plate reader. Tecan US is the Original Equipment Manufacturer (OEM). Project Requirements The Contractor must be able to perform the following service for a Tecan Freedom EVO 200 (Serial No. 1105005155), a Tecan Infinite 200 Pro (Serial No. 1105003773) and a Tecan Freedom Evo 200 (Serial No. 1209004284). 1. One scheduled preventive maintenance visit per year including: • Cleaning and greasing • Wear & tear parts • Adjustments • Instrument specific tests • Service Report • Travel costs and labor 2. On-site repairs in case of instrument failure including: • Spare parts (as required) • Travel costs and labor • Service Report 3. Equipment Updates • Essential Hardware updates • Essential Firmware updates • Essential Software updates 4. Depot Repair in case of instrument failure 5. Loaner instrument provision in the event that equipment must be sent away for repairs. Service must be performed by an original equipment manufacturer (OEM) trained technician/engineer(s) and all parts and accessories used must be OEM parts and accessories to ensure that any remaining equipment warranties remain intact and that NCATS research data remains standardized. Anticipated Period of Performance The period of performance is twelve months from date of award and two (2) twelve-month option periods. Contract Type The Government intends to issue a firm fixed price purchase order for this requirement. APPLICABLE CLAUSES AND PROVISIONS The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. FAR clause 52.212-2, Evaluation - Commercial Items applies to this acquisition. A completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, is required with any offer submitted. FAR clauses 52.212-4, Contract Terms and Conditions - Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial items apply to this acquisition. FAR clauses 52.217-5, Evaluation of Options, and 52.217-9, Option to Extend the Term of the Contract apply to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. EVALUATION CRITERIA FAR clause 52.212-2, Evaluation - Commercial Items applies to this acquisition and the specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a purchase order resulting from this solicitation on the basis of lowest price technically acceptable. Technical acceptability will be evaluated based upon the following: 1. The Offerer must include all services detailed in the project requirements in its quotation. 2. The Offeror must provide certification via a letter from the OEM (Tecan US) stating that only OEM trained technicians/engineers, parts, and accessories will be used to perform the project requirements. RESPONSE FORMAT Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria. The price quote must include service descriptions per the requirements listed above as well as associated pricing. Price quotations must also include pricing for the above-noted option periods. Contractors must provide their Company Name, Dun & Bradstreet Number (DUNS), Taxpayer Identification Number (TIN), Business Size, Physical Address, and Point of Contact Information in their responses. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." All responses must be received by the closing date of this announcement and must reference solicitation number HHS-NIH-NIDA-SSSA-CSS-14-080. Responses shall be submitted electronically to Lauren Phelps, Contract Specialist, at lauren.phelps@nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-14-080/listing.html)
 
Place of Performance
Address: Rockville, Maryland, United States
 
Record
SN03287924-W 20140214/140212234903-49d191701d83281c7f38ddecb04bed9a (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.