Service and Maintenance for DNA Analyzer
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: Oct 13, 2023 11:12 am EDT
- Original Date Offers Due: Oct 20, 2023 12:00 pm EDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Nov 04, 2023
- 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: Bethesda , MDUSA
Description
(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.
(iii) The solicitation number is 75N95024Q00003 and the solicitation is issued as a request for quotation (RFQ).
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; 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) Number 2023-05, with an effective date September 22, 2023.
(iv) The associated NAICS code is 811210 and the small business size standard is $34 million. This requirement has no set-aside restrictions.
(v) This requirement is for the following service: Service and Maintenance for DNA Analyzer. Please see the attached Statement of Work (SOW) for detailed requirements.
(vi) The National Institute on Aging (NIA) owns a Chromium X DNA Analyzer manufactured by 10X Genomics. This equipment is used by the Center for Alzheimer’s and Related Dementias (CARD) and requires maintenance to ensure continued full function and continuity of NIA research data.
(vii) The Government anticipates award of a firm fixed-price purchase order for this acquisition. The anticipated period of performance is:
Base Year: 11/1/2023 – 10/31/2024
Option Year 1: 11/1/2024 – 10/31/2025
Option Year 2: 11/1/2025 – 10/31/2026
Option Year 3: 11/1/2026 – 10/31/2027
(viii) The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at these addresses:
https://www.acquisition.gov/browse/index/far
https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html
(End of provision)
The following provisions apply to this acquisition and are incorporated by reference:
- FAR 52.204-7 System for Award Management (OCT 2018)
- FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020)
- FAR 52.212-1 Instructions to Offerors--Commercial Items (SEP 2023)
- FAR 52.212-3 Offeror Representations and Certifications – Commercial Items (SEP 2023)
- FAR 52.222-22 Previous Contracts and Compliance Reports (FEB 1999)
- FAR 52.222-48 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Certification (MAY 2014)
- HHSAR 352.239-73 Electronic and Information Technology Accessibility Notice (December 18, 2015)
The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. 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 these addresses:
https://www.acquisition.gov/browse/index/far
https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html
(End of clause)
The following clauses apply to this acquisition and are incorporated by reference:
- FAR 52.204-13 System for Award Management Maintenance (OCT 2018)
- FAR 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020)
- FAR 52.212-4 Contract Terms and Conditions Commercial Items (DEC 2022). Addendum to this FAR clause applies to this acquisition and is attached.
- FAR 52.217-9, Option to Extend the Term of the Contract (MAR 200) -fill ins: 15 days, 30 days, 4 years
- HHSAR 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015)
- HHSAR 352.239-74, Electronic and Information Technology Accessibility (December 18, 2015)
The following provisions and clauses apply to this acquisition and are incorporated as an attachment. Offerors MUST complete the provisions at 52.204-24 and 52.204-26 and submit completed copies as separate documents with their proposal.
- FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021)
- FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (OCT 2020)
- FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (SEP 2023)
- Invoicing Instructions With IPP
(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) technical capability of the service offered to meet the Government requirement; (ii) past performance [see FAR 13.106-2(b)(3)]; and (iii) price.
Technical capability and past performance, when combined, are significantly more important than price.
(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(c) 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 (SEP 2023), with its offer. If the offeror has completed FAR clause 52.212-3 at www.sam.gov, then the offeror does not need to provide a completed copy with its offer.
(xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (DEC 2022), applies to this acquisition. Addendum to this FAR clause applies to this acquisition and is attached.
(xii) There are no additional contract requirement(s) or terms and conditions applicable to this acquisition.
(xiii) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.
(xiv) 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 for each labor category, breakdown and rationale for other direct costs or materials, and the total amount.
The Unique Entity ID from SAM.gov, 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 quotations must be received by Friday, October 20th, 2023 at 8:00 am Eastern Daylight/Standard Time and must reference solicitation number 75N95024Q00003. Responses must be submitted electronically to Rashiid Cummins, Contracting Officer, at rashiid.cummins@nih.gov
Fax responses will not be accepted.
Attachments/Links
Contact Information
Contracting Office Address
- c/o 3WFN MSC 6012 301 N Stonestreet Ave
- Bethesda , MD 20892
- USA
Primary Point of Contact
- Rashiid Cummins
- rashiid.cummins@nih.gov
Secondary Point of Contact
History
- Nov 11, 2023 11:55 pm ESTAward Notice (Original)
- Nov 04, 2023 11:55 pm EDTCombined Synopsis/Solicitation (Original)