Annual Service Contract for BD LSRFortessa Systems
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: May 16, 2023 05:31 pm EDT
- Original Date Offers Due: May 23, 2023 05:00 pm EDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Jun 07, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code:
- NAICS Code:
- Place of Performance: Bethesda , MD 20892USA
Description
SAM.gov Synopsis
Document Type: Combined Synopsis/Solicitation
Solicitation Number: RFQ-NIAID-23-2174189
Posted Date: 05/16/2023
Response Date: 05/23/2023
Set Aside: None
NAICS Code: 811210
Classification Code: J066
Contracting Office Address:
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB
Title: Annual Service Contract for LSRFortessa System
Primary Point of Contact:
Dana Monroe; dana.monroe@nih.gov
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-23-2174189 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) 2023-02 March 16, 2023.
The North American Industry Classification System (NAICS) code for this procurement is 811210, 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:
POP 09/20/2023 – 09/14/2024
One Year Service Agreement for BD Equipment 1) LSRFortessa SORP (with 5 lasers) and FACS Flow Supply System QTY 1
1) LSRFortessa SORP (QTY 1) Serial #: R64717700195
- Service plan must include labor, travel expenses and parts (excluding consumables)
- Service plan must include coverage for the BD LSRFortessa Special-Order System with one Computer Workstation (excluding lasers and printers)
- 2 Preventative Maintenance Inspections within 12 month period and 2 PM Kits in accordance with published technical specifications
- OEM parts
- OEM Certified technicians
- Services must be performed in accordance with OEM published standards and guidelines
- Software Revisions released during the agreement term
- Unlimited Service Visits (Mon-Fri) excluding holidays
- Unlimited Telephone Support for instruments, reagents and applications
- Best Effort response time within 48 hours
- 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.
LSRFortessa includes lasers that require coverage
1) OBIS 640-100 LX Red Lsr, Serial #: NO-SERIAL-13757
2) OBIS 405-100 LX Violet Lsr, Serial #: NO-SERIAL-13758
3) OBIS 561-100 LX Y/G Lsr, Serial #: NO-SERIAL-13759
4) G4 355-60 w/BD UV Lsr, Serial #: NO-SERIAL-13760
5) OBIS 488-100 LS Blue Lsr, Serial #: NO-SERIAL-13756
2) FACS Flow Supply System Serial#: N349775509
- Service plan must include labor, travel expenses and parts (excluding consumables)
- Unlimited Service Visits (Mon-Fri) excluding holidays
- OEM parts
- OEM Certified technicians
- Unlimited Telephone Support for instruments, reagents and applications
- 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.
Payments shall be invoiced by vendor and disbursed by the NIH in 4 quarterly payments.
Please include UEI # from SAM.gov registration on quote.
Place of Performance: NIH, 9000 Rockville Pike, BLDG 10 Clinical Center, Bethesda, MD 20852, United States. 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.
The following FAR provisions apply to this acquisition:
FAR 52.212-1 Instructions to Offerors Commercial Items (MAR 2023)
FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (DEC 2022)
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 completed representation in SAM.gov registration – Please include UEI # on quote/response.
The following FAR contract clauses apply to this acquisition:
FAR 52-212-4 Contract Terms and Conditions Commercial Items (DEC 2022)
FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (MAR 2023)
*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)
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 23, 2023 at 5:00pm EDT
Offers may be e-mailed to Dana Monroe at dana.monroe@nih.gov. Offers shall include RFQ number in the subject line (RFQ-NIAID-23-2174189). 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 Dana Monroe at dana.monroe@nih.gov.
Attachments/Links
Contact Information
Primary Point of Contact
- Dana Monroe
- dana.monroe@nih.gov
- Phone Number 4063759814