Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 18, 2025 SAM #8574
SOLICITATION NOTICE

J -- SERVICE CONTRACTS FOR CARL ZEISS MICROSCOPES

Notice Date
5/16/2025 7:01:59 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811210 —
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIAID BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
RFQ-NIAID-25-2259972
 
Response Due
5/23/2025 7:00:00 AM
 
Archive Date
06/07/2025
 
Point of Contact
Mildred Moss, Phone: 2402369272, Tonia Alexander, Phone: 2406695124
 
E-Mail Address
mildred.moss@nih.gov, talexander@niaid.nih.gov
(mildred.moss@nih.gov, talexander@niaid.nih.gov)
 
Description
Description: This notice is a Combined Synopsis/Solicitation for commercial items using Simplified Acquisition Procedures. This acquisition will be made 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 (a written solicitation will not be issued) and quotes are being requested. The Solicitation number is RFQ-NIAID-25-2259972 and the solicitation is issued as a Request for Quotes (RFQ). This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures (SAP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-03, January 17, 2025. The North American Industry Classification System (NAICS) code for this procurement is 811210, �Electronic And Precision Equipment Repair and Maintenance.�, Size Standard $34.0 in Millions. The requirement is being competed full and open competition, un-restricted and without a small business set-aside. The Division of Intramural Research (DIR) at the National Institutes of Health seeks Service Agreements for two (2) confocal microscopes with accompanying components all manufactured by Carl Zeiss Microscopy LLC as specified below. Due to the heavy usage, the systems must be calibrated and serviced periodically. In addition, they must be repaired quickly when failures occur. It is essential that the systems be restored to full operation as soon as possible. The plan must include all parts, labor and travel necessary for remedial repair. It must also include telephone access to technical support and priority repair service. The contractor shall supply all necessary parts and equipment necessary to perform repair and planned maintenance of equipment as specified below. Covered instruments and parts (manufactured by Carl Zeiss Microscopy LLC): LSM 880 / Axio Observer Z1, serial #2802100114 -LSM 880 (34 Ch.) - # 000000-2024-750, qty-1 -Research Microscope mot, #000000-1912-874, qty-1 -Airyscan, # 000000-2024-258, qty-1 -NLO Coupling, #000000-1912-85, qty-1 -Protect premium 405/440nm CW Laser, # 000000-1912-854, qty-1 MicroBeam IV (Rel. 4.2) / Axio Observer, serial #1214000645 - PALM MB III or IV, #000000-1912-888, qty-1 - Research Microscope mot, # 000000-1912-874, qty-1 - Axiocam 202/305/IC, #000000-1842-916, qty-1 - PALM CryLas UV Laser, #000000-1912-891, qty-1 Coverage: One (1) preventative maintenance inspection during the period of performance. This includes all labor and travel associated with conducting this pm inspection visit. All labor and travel related charges associated with any service visit in addition to the PM visit as may be required during the agreement year. All covered replacement parts. Consumables parts and instrument upgrades. Software version upgrades as required for LSM, EM and XRM Service. Scheduled and emergency service performed between the hours of 8:00am and 5:00pm Monday through Friday. Zeiss certified customer support and engineers. Software version upgrades on an ""as-issued"" basis to be offered upon request. The software upgrade will pertain to minor version upgrades (i.e. 2.0 to 2.1), and do not include platform upgrades (i.e. AIM to ZEN). The software installation to be covered under the Service Agreement. Standard time and material rates may apply for the installation of software upgrades to all off-line workstations. Priority onsite scheduling equal to a manufacturers direct contract, to ensure minimal down time of instrumentation. Priority scheduling and onsite response for all repairs during the period of performance. Priority is defined as giving priority scheduling equal to a direct contract and guaranteeing the equivalent manufacturer�s priority onsite response. If you are a third-party service provider, the priority scheduling and/or response time, must be listed on a capabilities statement/quote, as well as documentation of OEM trained technicians is required. *All service providers must provide proof from Carl Zeiss Microscopy LLC, that they are an authorized service provider for all Carl Zeiss microscopes.* Period of Performance: Period of performance for full performance 07/1/2025 - 06/30/2026. Place of Performance: Rocky Mountain Labs, 903 South 4th Street, Hamilton, MT 59840. Payment Terms: In arrears Quarterly or Monthly. FOB: Destination The government intends to award a firm fixed price purchase order to the responsible contractor as a result of this RFQ that will include the terms and conditions set forth herein. The award will be based on the following: technical capability to meet the requirements and price. By submitting a quote in response to this solicitation, vendor is accepting the following terms and conditions: The following FAR provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items (SEP 2023) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (MAY 2024) FAR 52.204-7 System for Award Management (OCT 2018) (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 (Please ensure FAR 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Nov 2015) is updated in your SAM record) FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements � Representation (JAN 2017) 52.204�26 Covered Telecommunications Equipment or Services-Representation (OCT 2020) *** Must complete representation if attached to this solicitation- see attachment 52.204-26 The following FAR contract clauses apply to this acquisition: FAR 52-212-4 Contract Terms and Conditions Commercial Items (NOV 2023) FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (JAN 2025) *The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) FAR 52.217-8 Option to Extend Services (NOV 1999) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 2015) FAR 52.252-2 -- Clauses Incorporated by Reference. (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/vffara.htm 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 http://www.acquisition.gov/far/loadmainre.html & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax. Submission shall be received not later than May 23rd, 2025, at 10:00am EST All quotations and required documents must be submitted via the NIAID electronic Simplified Acquisition Submission System (eSASS) website at https://esass.nih.gov. All vendors must register in the eSASS system to submit a quotation. Instructions on how to register / submit quotes are included on the website. 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/65de9fee814244aab85f180ab5ad585b/view)
 
Place of Performance
Address: Hamilton, MT 59840, USA
Zip Code: 59840
Country: USA
 
Record
SN07445918-F 20250518/250516230045 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.