Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 24, 2017 FBO #5600
DOCUMENT

66 -- 1 Year Service Contract for Becton Dickinson FACS Flow Machines and Accessories - SOW

Notice Date
3/22/2017
 
Notice Type
SOW
 
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
 
Archive Date
4/13/2017
 
Point of Contact
Calvin F. Robinson, , Barbara D Horrell,
 
E-Mail Address
calvin.robinson@nih.gov, horrellb@niaid.nih.gov
(calvin.robinson@nih.gov, horrellb@niaid.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
52.212-5 52.212-4 Statement of Work 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-E-1837275. This solicitation is a request for quotes (RFQ). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC2005-94-95 MARCH 2017. The associated North American Industry Classification System (NAICS) code for this procurement is 811219 with a small business size standard of $20.5 Million dollars. 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 1 year service contract for:: COHR COMPASS GRN 315M-150 LSR ; #647312 Laser Compass 561-50 Lt. Grn ; #648087 LSRFortessa SORP(No Lasers); #337691 Laser OBIS 488-100 LP SORP; #337691 Laser OBIS Red Cube 637-150; #337691 Laser OBIS Y/G 561-100 SORP; #648305 GENESIS 355-60 UV Lsr; #657191 Coherent LSR OBIS 405-100 LX Violet; #337755 FACS Flow Supply System; #337756 High Throughput Sampler; #337755 FACS Flow Supply System; #337755 FACS Flow Supply System; #345383 LSR II Special (No Lasers); #642079 Laser CUBE 405-50C Violet; #640100 SAPPHIRE 488-100 Blue Lsr; #647308 COHR Compass 215M-20 532nm Lsr; #647310 Lser COHR Cube 640-40 Red. Period of performance is 04/01/2017- 03/31/2018 Service agreement also requires the preventative maintenance visits to be performed within the contract period. Full on-site agreement must include all aspects outlined in the attached Statement of Work. All service and repairs shall be performed by Becton Dickinson Factory Certified Technicians and OEM parts shall be used for all repairs. All software updates must be OEM. All work performed shall be warranted against defects and workmanship during the performance period. FOB Point shall be Destination; Bethesda, MD 20814. Place of Performance: NIH/NIAID Bldg 10 10 Center Drive Bethesda, MD 20814 United States This will be awarded along with eBuy posting RFQ1179944 on GSA Advantage. You must respond to both postings, in order to be evaluated for award. 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. PROVISIONS AND CLAUSES The government intends to award a single firm, fixed price purchase order as a result of this solicitation that will include the terms and conditions set forth herein. The following FAR and HHSAR provisions and clauses apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items (Oct 2015) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (Mar 2016) 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 FAR 52.203-98 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (DEVIATION 2015-02) FAR 52.203-99 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (DEVIATION 2015-02) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 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 (Mar 2017) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). *The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. HHSAR 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations (Jan 2010) 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, under an active status for All Awards, 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://farsite.hill.af.mil/vffara.htm or, upon request, either by email or fax. This is an open-market combined synopsis/solicitation for a 1 year service contract 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. Submission shall be received not later than 03/29/17 9:00 AM Mountain Time. Offers may be mailed, e-mailed or faxed to Calvin Robinson; (Fax - 406-363-9288), (E-Mail/ calvin.robinson@nih.gov). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f) All responsible sources may submit a quotation which shall be considered by the agency. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to (calvin.robinson@nih.gov).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/65e4b3d79dab498878a394812557c952)
 
Document(s)
SOW
 
File Name: FAR link (http://farsite.hill.af.mil/vffara.htm)
Link: http://farsite.hill.af.mil/vffara.htm

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 10 Center Drive, Bethesda, Maryland, 20814, United States
Zip Code: 20814
 
Record
SN04443276-W 20170324/170322234216-65e4b3d79dab498878a394812557c952 (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.