Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 26, 2018 FBO #6120
SOLICITATION NOTICE

J -- Service Agreement for Pentra C400 ISE Clinical Equipment

Notice Date
8/24/2018
 
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 on Drug Abuse, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
 
ZIP Code
20892-9559
 
Solicitation Number
HHS-NIH-NIDA(AG)-CSS-18-00466
 
Archive Date
9/11/2018
 
Point of Contact
Heather M. Orandi, Phone: 3014436162, Yvette Brown, Phone: 301-443-8402
 
E-Mail Address
Heather.Orandi@nih.gov, yvette.brown@nih.gov
(Heather.Orandi@nih.gov, yvette.brown@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS / SOLICITATION NON-COMPETITIVE Solicitation Number: HHS-NIH-NIDA(AG)-CSS-18-00466 Title: Service Agreement for Pentra C400 ISE Clinical Equipment The National Institute on Drug Abuse (NIDA), Office of Acquisition, Contracts Management Branch Blue, on behalf of the National Institute of Aging intends to negotiate and award a purchase order without providing for full and open competition (Including brand-name) to Horiba Medical under the authority of FAR 6.302. ALL RESPONSIBLE SOURCES MAY SUBMIT A CAPABILITY STATEMENT, PROPOSAL, OR QUOTATION BY THE CLOSE DATE OF THIS COMBINED SYNOPSIS SOLICITATION, WHICH SHALL BE CONSIDERED BY THE AGENCY. A DETERMINATION BY THE GOVERNMENT NOT TO NEGOTIATE EXCLUSIVELY WITH THIS PROPOSED CONTRACTOR BASED UPON RESPONSES TO THIS NOTICE IS SOLELY WITHIN THE DISCRETION OF THE GOVERNMENT. INFORMATION RECEIVED WILL NORMALLY BE CONSIDERED SOLELY FOR THE PURPOSE OF DETERMINING WHETHER TO CONDUCT A COMPETITIVE PROCUREMENT. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is HHS-NIH-NIDA(AG)-CSS-18-00466 and the solicitation is issued as combined synsopsis solicitation. 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; FAR Subpart 13.5-Simplified Procedures for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-97, dated 01/24/2018. (iv) The associated NAICS code is 811219 and the small business size standard of $20.5. This requirement has no set-aside restrictions. (v) The purpose of this acquisition is to procure a service maintenance agreement for a Horiba Pentra C400 ISE Clinical Equipment. (vi) The Contractor shall perform preventive maintenance inspection during the contract period and there shall be two maintenance visits per year. Service shall be performed by a factory trained Field Service representative. Service shall consist of determining and providing reasonable efforts to repair the instrument. Contractor shall also perform an instrument validation procedure during every covered service call and is to provide parts necessary to complete required repairs. The contractor is also to provide toll-free telephone troubleshooting 24 hours per day, seven (7) days per week. (vii) The anticipated period of performance is one base year (12 months) plus three (3) - Twelve month option years. (viii) The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (ix) The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Contractor's technical capability to meet the Government's requirement; (ii) past performance; and (iii) price. Technical and past performance, when combined, are significantly more important than cost or price. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x) The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. (xi) The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. (xiii) The following additional contract requirement(s) or terms and conditions as determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices: None. (xiv) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xv) 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 proposal must include the labor categories, an estimate of the number of hours required for each labor category, fully loaded fixed hourly rate or each labor category, breakdown and rationale for other direct costs or materials, and the total amount. In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. All responses must be received by Monday, August 27, 2018 at 12:00 pm Eastern Time and reference number HHS-NIH-NIDA(AG)-CSS-18-00466. Responses may be submitted electronically to Heather Orandi at Heather.Orandi@nih.gov. Fax responses will not be accepted. (xvi) The name and telephone number of the individual to contact for information regarding the solicitation: Heather Orandi, Heather.Orandi@nih.gov, (301) 443-6162.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA(AG)-CSS-18-00466/listing.html)
 
Place of Performance
Address: 251 Bayview Blvd, Baltimore, Maryland, 21224, United States
Zip Code: 21224
 
Record
SN05055999-W 20180826/180824231629-1d2469727cd776c33957175a39d2205c (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.