9.5 MONTH SERVICE AGREEMENT FOR DISCOVERY ULTRA INSTRUMENTS

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
State: Montana
Type of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Posted: Mar 29, 2024
Due: Apr 7, 2024
Solicitation No: RFQ-NIAID-24-2215152
Publication URL: To access bid details, please log in.
Follow
9.5 MONTH SERVICE AGREEMENT FOR DISCOVERY ULTRA INSTRUMENTS
Active
Contract Opportunity
Notice ID
RFQ-NIAID-24-2215152
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
NATIONAL INSTITUTES OF HEALTH
Office
NATIONAL INSTITUTES OF HEALTH NIAID
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 29, 2024 09:44 am EDT
  • Original Date Offers Due: Apr 07, 2024 04:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 22, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J066 - MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT
  • NAICS Code:
    • 811210 - Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance:
    Hamilton , MT 59840
    USA
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-24-2215152 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) FAC 2024-03 February 23, 2024



The North American Industry Classification System (NAICS) code for this procurement is 811210, Other Electronic and Precession Equipment Repair and Maintenance, with a small business size standard of $34,000,000.00. The requirement is being competed full and open competition, un-restricted and without a small business set-aside.



The National Institute of Allergy and Infectious Diseases (NIAID) has a requirement for an annual Maintenance agreement on Roche Diagnostics Discovery Ultra equipment.



These instruments include:

1) Discovery Ultra with Serial No. 313265

2) Discovery Ultra with Serial No. 313311

3) Discovery Ultra with Serial No. 319750



Special Note: Equipment is in remote region of the country, Hamilton, MT, USA.

Equipment is used extensively and daily, extra repair parts and labor are expected, please quote accordingly.



P.O.P. 05/30/2024 – 03/15/2025



The minimum service requirements include:



• Technical Support (unlimited Remote Support and Onsite visits). Quote must indicate:

o Days/hours and exclusions of operation for remote support.

o Days/hours and exclusions of Onsite visits.

o Days/hours and exclusions of Onsite Emergency Repair visits.



• Support response. Quote must indicate:

o Remote support response time (include guarantees)

o Onsite visit response time (include guarantees, zoning/geography restrictions if applicable)

o Onsite Emergency Repair visit response time (include guarantees, zoning/geography restrictions if applicable) include any additional charges for emergency repairs, not covered in service agreement.



• Only OEM parts will be accepted for all repairs and services.

• One Preventive Maintenance (PM) visits (must include OEM PM kits)

• Software updates/revisions

• ON SITE EMERGENCY RESPONSE TIME MUST BE EQUAL TO THAT OF A DIRECT CONTRACT.Third-party responses must guarantee a billable contract is equal to that of a direct contract regarding Emergency On-site response.



Quote Instructions

• Indicate the order of priority in which repairs will be scheduled. (For example, if the vendor serves multiple clients, which clients, if any, take precedence over others. If there is a tier-based system that prioritizes certain clients or certain types of repairs over others, indicate at what tier or priority of service that is being quoted.)



• Indicate the nature of software updates/revisions during the service period. Include when they will be implemented (for example, will revisions/updates be provided and released to NIAID, during PM visits only, upon immediate release, or on another schedule)

o Provide End User License Agreement (EULA) if applicable



• Quote must include all service terms, conditions and exclusions as a part of, or as an attachment to the quotation. Referenced or linked terms and conditions will not be considered nor included in award.



• Vendor is invited to include past performance references of similar services, including the description of the service, the period of performance, and a client contact name and phone number for that award.



• Quote must include response to all minimum service requirements and instructions for the quote to be accepted responsive.



• If there are any recertification fees, please remember to put them on your quote.



Place of Performance:

NIAID/RML

903 4th St

Hamilton, MT 59840

FOB: Destination



Period of Performance: 05/30/2024 – 03/15/2025



Security note:

Technicians are required to go through a security screening when accessing the building. Information regarding security at the NIH can be found in the link below. https://www.nih.gov/about-nih/visitor-information/campus-access-security



Inspection Note: FAR Part 52.212-4(a)

All work will be inspected and approved by an authorized laboratory official at the completion of the job. All work will be completed in accordance with the manufacturers service standards.



* By submitting a quotation, you are accepting that all government terms and conditions set forth herein shall prevail over the award.



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 the lowest price technically acceptable. By submitting a quotation, you are accepting that all government terms and conditions set forth herein shall prevail over the award. The technical evaluation will be based on the following: technical capability to meet the requirements listed on the attachment, and then price.



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 (FEB 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 2022)



FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (FEB 2024)

*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)



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 April 7, 2024 @ 4:00 EST



Offers may be e-mailed to Diana Rohlman (E-Mail/ diana.rohlman@nih.gov). Offers shall include RFQ number in the subject line (RFQ-NIAID-24-2215152). 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 Diana Rohlman at diana.rohlman@nih.gov.


Attachments/Links
Contact Information
Contracting Office Address
  • 5601 FISHERS LANE, SUITE 3D11
  • BETHESDA , MD 20892
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 29, 2024 09:44 am EDTCombined Synopsis/Solicitation (Original)
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Bid Title: AmeriCorps VISTA Host Site Category: Request for Proposals Status: Open Description:

City of Billings

Bid Due: 9/13/2024

Status Details Open MSU Billings Food Service Request for Information MSU Billings is

Montana Department of Transprotation

Bid Due: 5/30/2024

Bids for Sewage Lift Stations, Thousand Hills State Park, Project No. X2302-03 will

St. Louis Post-Dispatch

Bid Due: 5/21/2024

Forest Wide Toilet Building Painting Kootenai National Forest Active Contract Opportunity Notice ID

Federal Agency

Bid Due: 5/20/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.