Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2015 FBO #4983
SOLICITATION NOTICE

66 -- AUTOPURE LS AUTOMATED DNA EXTRACTION INSTRUMENT MAINTENANCE CONTRACT

Notice Date
7/14/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Office of Administration, 6011 Executive Blvd, 5th Floor, Rockville, Maryland, 20852-3804, United States
 
ZIP Code
20852-3804
 
Solicitation Number
NIH-OD-OLAO-RFQ3822342
 
Archive Date
8/8/2015
 
Point of Contact
Van V. Holley, Phone: 301-594-9439
 
E-Mail Address
holleyv@od.nih.gov
(holleyv@od.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and FAR Part 13, Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number for this acquisition is NIH-OD-OLAO-RFQ3822342, and the solicitation is being issued as a Request for Quote (RFQ). This solicitation document and its incorporated provisions are those in effect through the Federal Acquisition Circular (FAC 2005-82). Only one award will be made as a result of this solicitation. This acquisition will be awarded as a firm-fixed price type contract and will be awarded to the lowest priced technically acceptable quotation. The North American Industry Classification System (NAICS) Code for this acquisition is 811219, and the business size standard is $19.0M. The National Institutes of Health (NIH) has a requirement for the following item(s): Required Elements for Autopure LS (Serial #15006) Maintenance Contract Renewal Background The Autopure LS is an automated DNA extraction instrument that is capable of processing many large-volume samples concurrently. It accepts blood samples up to 10 milliliters in volume. Up to 16 samples can be extracted at a time in less than 1.5 hours, yielding up to 500ug of DNA. The instrument is essential in the timely processing of eyeGENE® repository samples. Purchasing a service contract is required to comply with federal law and to provide consistent and high-quality health care results to those who submit specimens to eyeGENE®. As a clinical laboratory, the specifications set forth by the Clinical Laboratory Improvement Amendments of 1988 must be followed. This law dictates that any piece of equipment used for clinical purposes must be covered by a service contract that includes a preventative maintenance; therefore the Autopure LS (Serial, #15006) must be covered by the technical services department of Qiagen. This coverage is essential for the prompt resolution of malfunctions and ensures that all upgrades to the device or the system software are installed. Requirements: Onsite repair service. Service will be performed at the Bethesda campus of NIH in building 10, room 10N228. Service response time (repair): 48hrs/2 business days Onsite Preventative Maintenance: Once per contract/calendar year. The customer will not be charged for any planned maintenance visits made by the company during the plan period. Cost coverage for repair parts Cost coverage for labor and travel All work will be performed by Qiagen authorized representatives. All maintenance services will be performed in accordance with the manufacturer’s standard commercial maintenance practices. The customer will have access by phone and email to instrument and application technical support. Period of Performance The period of performance is one year, from August 1, 2015 - July 31, 2016 FAR PROVISIONS AND CLAUSES: The following provisions and clauses will be incorporated: FAR 52.211-6 Brand Name or Equal (a) If an item in this solicitation is identified as quote mark brand name or equal, quote mark the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that quote mark equal quote mark products must meet are specified in the solicitation. (b) To be considered for award, offers of quote mark equal quote mark products; including quote mark equal quote mark products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate quote mark equal quote mark products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is a quote mark equal quote mark product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) 52.212-1 Instruction to Offerors Commercial Items (April 2014) 52.212-2, Evaluation Commercial Items: The purchase order will be awarded to the Lowest Price Technically Acceptable (LPTA). The award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for the requirements/technical specifications stated above. The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the quotation. The Government reserves the right to make an award without discussions. The Government reserves the right to award on all or none basis. 52.212-3 Offerors Representations and Certifications Commercial Items (Mar 2015) 52.212-4 Contract Terms and Conditions Commercial Items (December 2014), applies to this acquisition. 52.212-5 Contract terms and Conditions Required to Implement Statutes or Executive Orders---Commercial Items (April 2015). The following additional FAR clauses cited in this clause are applicable: (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (41 U.S.C. 3509) 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards (JUL 2013) (Pub.L. 109-282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (AUG 2013) (31 U.S.C. 6101 note). 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (JUL 2013) (41 U.S.C. 2313). 52.219-8 Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637 (d) (2) and (3). 52.219-28 Post Award Small Business Program Representation (JUL 2013) (15 U.S.C. 632(a) (2)). 52.222-3 Convict Labor (JUNE 2003) (E.O. 11755). 52.222-19 Child Labor Cooperation with Authorities and Remedies (JAN 2014) (E.O. 13126). 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (MAR 2007) (E.O. 11246). 52.222-35 Equal Opportunity for Veterans (JUL 2014) (38 U.S.C. 4212). 52.222-36 Affirmative Action for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). 52.222-37 Employment Reports on Veterans (JUL 2014) (38 U.S.C. 4212). 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (AUG 2011)(E.O. 13513). 52.225-3 Buy American Act--Free Trade Agreements--Israeli Trade Act (MAY 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, Pub. L. 108-77, 108-78, 108-286, 108-302 109-53, 109-169, 109-283, 110-138, Pub. L.112-41, 112-42 and 112-43). 52.232-33 Payment by Electronic Funds Transfer System for awards Management (JUL 2013) (31 U.S.C. 3332). 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.246-2 Inspection of Supplies-Fixed Price. Please refer to the solicitation number NIH-OD-OLAO-RFQ3822342 on all correspondence. Quotations must be received by July 24, 2015 at 10 a.m. ET via E-mail at holleyv@od.nih.gov. All questions shall be in writing and may be addressed to Ms. Van Holley at the aforementioned E-mail noted above by July 20, 2015 at 10 a.m. ET. No collect calls will be accepted. In order to receive an award, the contractor must be registered and have valid certification in the Central Contractor Registration (CCR) and the Online Representation and Certifications Applications (ORCA) through sam.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OoA/NIH-OD-OLAO-RFQ3822342/listing.html)
 
Place of Performance
Address: NIH Main Campus, Building 10, Clinical Center, Beth, Maryland, 20814, United States
Zip Code: 20814
 
Record
SN03796105-W 20150716/150714235315-c0bd8f749c57219426d4fe1aa8ddc627 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.