Skip to main content

An official website of the United States government

You have 2 new alerts

ANNUAL SERVICE CONTRACT FOR BD EQUIPMENT

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)
  • Original Published Date: Jan 11, 2022 04:46 pm EST
  • Original Date Offers Due: Jan 19, 2022 01:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Feb 03, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: J066 - MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT
  • NAICS Code:
  • Place of Performance:
    Bethesda , MD 20814
    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-RML-2106941 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)2022-03 January 01, 2022.

The North American Industry Classification System (NAICS) code for this procurement is 811219, Other Electronic and Precision Equipment Repair and Maintenance, with a small business size standard of $22 million. 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 a one year service contract for the following:

The following equipment is used in a BSL2 or BSL-2+ laboratory and have not been exposed to radioactive materials.

FACSCanto II - Serial #: V33896201685

LSRFortessa SORP - Serial #: H647794L6054

OBIS 640-40 LX Red Lsr - Serial #: NO-SERIAL-10101

OBIS 405-50 LX Violet Lsr -Serial #: NO-SERIAL-10102

OBIS 561-50 Y/G Lsr - Serial #: NO-SERIAL-10103

OBIS 488-50 LX Blue Lsr -Serial #: NO-SERIAL-10104

LSR Fortessa SORP - Serial #: R64717700197

FACS Flow Supply System - Serial #: N3492775429

High Throughput Sampler - Serial #: U3386590760286

OBIS 405-100 LX Violet Lsr - Serial #: NO-SERIAL-12711

OBIS 640-100 LX Red Lsr - Serial #: NO-SERIAL-12710

SAPPHIRE 561-100 Y/G Lsr - Serial #: NO-SERIAL-12712

OBIS 488-100 LS Blue Lsr - Serial #: NO-SERIAL-12709

FACS Lyric 3 laser - Serial #: Z662382000010

Universal Loader (5 Day) - Serial #: Z662462000025

FACSCelesta - Serial #:  R66093300009

FACSFlow Supply System - Serial #:    N3492775522

BioRad 488-20 Blue laser- Serial #: NO-SERIAL-12981

BioRad 640-40 Red laser - Serial #: NO-SERIAL-12982

BioRad 405-50 Violet laser - Serial #: NO-SERIAL-12983

OBIS 561-50 Y/G laser - Serial #: NO-SERIAL-12984

FACSAria Fusion SORP - Serial #: R65828200136

OBIS 488-100 LS Blue Lsr - Serial #: NO-SERIAL-14637

OBIS 637-140 LX Red Lsr - Serial #: NO-SERIAL-14638

OBIS 405-100 LX Violet Lsr - Serial #: NO-SERIAL-14639

The minimum service requirements for the following instruments:

FACSCanto II - Serial #: V33896201685

LSRFortessa SORP - Serial #: H647794L6054

OBIS 640-40 LX Red Lsr - Serial #: NO-SERIAL-10101

OBIS 405-50 LX Violet Lsr - Serial #: NO-SERIAL-10102

OBIS 561-50 Y/G Lsr - Serial #: NO-SERIAL-10103

OBIS 488-50 LX Blue Lsr - Serial #: NO-SERIAL-10104

LSR Fortessa SORP - Serial #: R64717700197

OBIS 405-100 LX Violet Lsr - Serial #: NO-SERIAL-12711

OBIS 640-100 LX Red Lsr - Serial #: NO-SERIAL-12710

SAPPHIRE 561-100 Y/G Lsr - Serial #: NO-SERIAL-12712

OBIS 488-100 LS Blue Lsr - Serial # NO-SERIAL-12709

FACSCelesta - Serial #:  R66093300009

BioRad 488-20 Blue laser - Serial #: NO-SERIAL-12981

BioRad 640-40 Red laser - Serial #: NO-SERIAL-12982

BioRad 405-50 Violet laser - Serial #: NO-SERIAL-12983

OBIS 561-50 Y/G laser - Serial #: NO-SERIAL-12984

FACSAria Fusion SORP - Serial #: R65828200136

OBIS 488-100 LS Blue Lsr - Serial #: NO-SERIAL-14637

OBIS 637-140 LX Red Lsr - Serial #: NO-SERIAL-14638

OBIS 405-100 LX Violet Lsr - Serial #: NO-SERIAL-14639

  • Full coverage for OEM replacement parts, labor, and travel. 
  • Two (2) Preventive Maintenance Inspections to be performed during a twelve-month period including two (2) OEM PM kits appropriate for the instrument
  • Remote Technical Support (Monday 8:00 AM to Friday 6:00 PM Eastern time)
  • 72-hour response time for onsite applications support (troubleshooting and repairs)
  • 72-hour response time for all emergency repairs and all on site visits
  • Instrument control software (controls the instrument for sequencing runs) and hardware proprietary updates can occur during scheduled preventative maintenance visits, unless critical for operation of instrument, software and firmware updates upon request, and in conjunction with a scheduled Preventive Maintenance or Corrective Maintenance visit, including software revisions.
  • Unlimited service visits, Monday-Friday, excluding Federal holidays
  • Unlimited telephone support for instruments and applications
  • Provide OEM-required reagents for use in the preventative maintenance and emergency repairs
  • Priority onsite scheduling equal to a manufacturers direct contract, to ensure minimal down time of instrumentation.

The minimum service requirements for the following instruments:

FACS Lyric 3 laser - Serial #: Z662382000010

  • Full coverage for OEM replacement parts, labor, and travel. 
  • One (1) Preventive Maintenance Inspections to be performed during a twelve-month period including one (1) OEM PM kit appropriate for the instrument
  • Remote Technical Support (Monday 8:00 AM to Friday 6:00 PM Eastern time)
  • 72-hour response time for onsite applications support (troubleshooting and repairs)
  • 72-hour response time for all emergency repairs and all on site visits
  • Instrument control software (controls the instrument for sequencing runs) and hardware proprietary updates can occur during scheduled preventative maintenance visits, unless critical for operation of instrument, software and firmware updates upon request, and in conjunction with a scheduled Preventive Maintenance or Corrective Maintenance visit, including software revisions.
  • Unlimited service visits, Monday-Friday, excluding Federal holidays
  • Unlimited telephone support for instruments and applications
  • Provide OEM-required reagents for use in the preventative maintenance and emergency repairs
  • Priority onsite scheduling equal to a manufacturers direct contract, to ensure minimal down time of instrumentation.

The minimum service requirements for the following instruments:

FACS Flow Supply System - Serial#: N3492775429

Universal Loader - Serial #: Z662462000025

FACS Flow Supply System - Serial #: N3492775522

  • Full coverage for OEM replacement parts and labor.
  • Unlimited service visits, Monday-Friday, excluding Federal holidays
  • Unlimited telephone support for instruments and applications

The minimum service requirements for the High Throughput Sampler - Serial#: U3386590760286:

  • Full coverage for OEM replacement parts and labor.
  • Depot One-Way Swap/Preventive Maintenance Agreement for the High Throughput Sampler - Serial#: U3386590760286
  • One (1) Preventive Maintenance Inspection to be performed during a twelve-month period in conjunction with the equipment's Preventive Maintenance Inspection, including one (1) OEM PM Kit appropriate for the unit.
  • Remote Technical Support (Monday 8:00 AM to Friday 6:00 PM Eastern time)
  • An emergency replacement will be provided within two (2) business days
  • The malfunctioning High Throughput Sampler will be returned within 5 business days of receipt of replacement High Throughput Sampler
  • Unlimited telephone support for instruments, reagents, and applications
  • Instrument control software (controls the instrument for sequencing runs) and hardware proprietary updates can occur during scheduled preventative maintenance visits, unless critical for operation of instrument, software and firmware updates upon request, and in conjunction with a scheduled Preventive Maintenance or Corrective Maintenance visit, including software revisions.
  • Provide OEM-required reagents for use in the preventative maintenance

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.)

POP 2/1/22 to 1/31/23

Billing must be quarterly or monthly in arrears.  All recertification fees must be stated on quote if needed.

Place of Performance: NIH, 10 Center Drive, Bethesda, MD 20814 United States.  FOB: Destination

*Include your DUNS number

*Include response to FAR 52.204-26 October 2020 attachment and return with quote.

*include all additional documents in the quote instructions.

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. By submitting a quotation, offerors are accepting all the Governments terms and conditions listed in this RFQ.  The purchase order award will be based on the lowest price technically acceptable.

The following FAR contract clauses apply to this acquisition:

FAR 52-212-4 Contract Terms and Conditions Commercial Items (NOV 2021)

FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (JAN 2022)

*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 (NOV 2021)

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)

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 January 19, 2022 @ 1:00 EST

Offers may be e-mailed to Janna Weber (E-Mail/ janna.weber@nih.gov). Offers shall include RFQ number in the subject line (RFQ-RML-2106941). 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 janna.weber@nih.gov.

Contact Information

Contracting Office Address

  • 5601 FISHERS LANE SUITE 3D11
  • BETHESDA , MD 20892
  • USA

Primary Point of Contact

Secondary Point of Contact





History