Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 06, 2015 FBO #5126
SOLICITATION NOTICE

66 -- One Year Service Contract for FACS Canto I, xP FACScan, and FACS Calibur Systems - Terms and Conditions

Notice Date
12/4/2015
 
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, National Institute of Allergy & Infectious Diseases/AMOB, 5601 Fishers Lane, 3rd Floor MSC 9822, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
RFQ-RML-1766369
 
Archive Date
12/19/2015
 
Point of Contact
Janna Weber, Phone: 4063639438, Barbara Horrell, Phone: 406-363-9489
 
E-Mail Address
janna.weber@nih.gov, horrellb@niaid.nih.gov
(janna.weber@nih.gov, horrellb@niaid.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Terms and Conditions FedBizOps Synopsis Document Type: Combined Synopsis/Solicitation Solicitation Number: RFQ-RML-1766369 Posted Date: 12/4/2015 Response Date: 12/18/2015 Set Aside: none NAICS Code: 811219 Classification Code: 66 Contracting Office Address: Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive MSC 4811 Room 2NE70-A, Bethesda, MD 20817 Title: One Year Service Contract for FACS Canto I, xP FACScan, and FACS Calibur Systems POP 12/27/15 to 12/26/16 Primary Point of Contact: Secondary Point of Contact Janna Weber Barbara Horrell Description: This notice is a combined synopsis/solicitation for commercial items prepared 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; quotes are being requested and a written solicitation document will not be issued. Submit offers on RFQ-RML-1766369. This solicitation is a request for quotes (RFQ).The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-83, Effective November 01, 2015 (includes FAC 2005-84 effective Oct. 05, 2015). The associated North American Industry Classification System (NAICS) code for this procurement is (811219) with a small business size standard of ($20.5M). This is not a total small business set aside. The National Institute of Allergy and Infectious Diseases (NIAID), Rocky Mountain Laboratories, is seeking to purchase a one year service contract for FACS Canto I, xP FACScan, and FACS Calibur Systems. All interested companies shall provide quotation(s) for the following: This maintenance contract is necessary for the continued operation of the FACS Calibur ; FACScan xP; and 2 ea FACS Canto I. Under the contract both routine servicing and emergency repairs must be provided to assure uninterrupted availability of the equipment. The Contractor shall: - Provide two on-site preventative maintenance visits. - Provide unlimited full coverage on-site repair service including non-consumable parts, travel, and labor for both scheduled and emergency visits. - Provide guaranteed response time to our location of 24 hours. - Provide unlimited Phone support during regular business hours. - Guarantee that all repairs and service is completed in accordance with industry standards Quotation must include yearly fees for each piece of equipment, any required pre- coverage certification or re-certification fees required to certify the equipment before the period of performance starts. Any repairs that are performed must come with a 1 year warranty. Must be invoiced quarterly in arrears. Period of Performance: 12/27/15 to 12/26/16 FOB Point shall be Destination; Bethesda, MD 20814 Place of Performance: NIH Clinical Research Center 10 Center Drive Bldg 10 Rm 5-3816 Bethesda, MD 20814 United States Award will be based on the capability of the item offered to meet the above stated salient characteristics, price, past performance, delivery, warranty, and the best value to the government. The following FAR provisions apply to this acquisition: 52.212-1 Instructions to Offerors Commercial Items (April 2014) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (May 2014) 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 The following contract clauses apply to this acquisition: FAR 52-212-4 Contract Terms and Conditions Commercial Items (May 2015) FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Nov 2015) FAR 52.204-16 Commercial and Government Entity Code Reporting (July 2015) FAR 52.204-18 Commercial and Government Entity Code Maintenance (July 2015) 52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (DEVIATION 2015-02) 52.203-99, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (DEVIATION 2015-02) The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. Quoter must include the following provision in their quote and check the appropriate response. 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Dec 2014) (a) Definitions. "Inverted domestic corporation" and "subsidiary" have the meaning given in the clause of this contract entitled Prohibition on Contracting with Inverted Domestic Corporations (52.209-10). (b) Government agencies are not permitted to use appropriated (or otherwise made available) funds for contracts with either an inverted domestic corporation, or a subsidiary of an inverted domestic corporation, unless the exception at 9.108-2(b) applies or the requirement is waived in accordance with the procedures at 9.108-4. (c) Representation. By submission of its offer, the offeror represents that- (check one) ____(1) It is not an inverted domestic corporation: and ____(2) It is not a subsidiary of an inverted domestic corporation. 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 https://www.acquisition.gov/?q=browsefar or, upon request, either by telephone or fax. This is an open-market combined synopsis/solicitation for a One Year Service Contract for FACS Canto I, xP FACScan, and FACS Calibur Systems as defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process all quotes should include a statement regarding the terms and conditions herein as follows: "The Terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" (Quoter shall list exception(s) and rationale for the exception(s).) Submission shall be received not later than 12/18/2015 5:00 PM Mountain Standard Time Offers may be mailed, e-mailed or faxed to Janna Weber; (Fax - 406-363-9288), (E-Mail/ janna.weber@nih.gov). 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. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Janna Weber at janna.weber@nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/RFQ-RML-1766369/listing.html)
 
Place of Performance
Address: 10 Center Drive, Clinical Research Center, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03960723-W 20151206/151204234025-6bd4b06779ffde19463eabf919739682 (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.