Skip to main content

An official website of the United States government

You have 2 new alerts

GOLD SERVICE PLAN ANNUAL RENEWAL FOR MICROBETA LUMIJET INSTRUMENTS

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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 06, 2025 06:03 pm EST
  • Original Date Offers Due: Jan 13, 2025 01:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jan 28, 2025
  • 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 , MD 20892
    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-25-2245421 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) 2024-05 May 22, 2024.

The North American Industry Classification System (NAICS) code for this procurement is 811210, ELECTRONIC AND PRECISION EQUIPMENT REPAIR AND MAINTENANCE,

with a size standard of 34M employees. The requirement will be competed full and open without restrictions which will include the minimum specifications.

The VRC Virology Laboratory comprises the Virology Core Lab, Humoral Immunology, and Structural Biology Sections and related Cores. The goal of the Virology Laboratory is to research and understand better the cellular and molecular regulation of viral gene expression, viral entry into the host cell, optimization of immune responses to gene-based vaccination and correlates of immune protection, assessment of active and passive approaches for viral vaccine development, and to apply structural biology techniques toward rational vaccine design for emerging and re-emerging infectious diseases. The work of the Virology Core Laboratory is closely integrated with other VRC basic and translational research Laboratories and Cores.  Therefore, the data collected using the said equipment will facilitate and impact VRC research and develop novel vaccine candidates against pathogens threatening public health.

The goal of the VRC is to translate basic research into concrete vaccine products that can be rapidly deployed to protect public health.  The Preventive Service maintenance agreement includes a Gold Service Plan for one onsite PM for both the Microbeta2 Lumijet with 6 detectors and Microbeta2 Lumijet with 12 detectors.  To have reliable and reproducible data collected from this equipment, the equipment must be under preventive maintenance and repair to maintain consistent performance and minimize downtimes.  discuss any project background that is important to understand this acquisition.

The requested renewal is for a 12-month Gold Service Plan for both Microbeta2 Lumijets, with the benefit of one onsite PM for the Microbeta 2 Lumijet with 6 detectors and the Microbeta2 Lumijet with 12 detectors.

       MICROBETA2 LUMIJET WITH 6 DETECTORS. Serial  (SGMB30140101) QTY-1

  • Gold Service Plan with 1PM
  • 1 Preventive Maintenance visit
  • Unlimited Repair Service - Non-consumable Parts, Labor, Travel
  • Phone/Remote Support
  • 15% Discount on Training / 10% Discount on Qualification Services

MICROBETA2 LUMIJET WITH 12 DETECTORS. Serial (SGMB23170382) QTY-1

  • Gold Service Plan with 1PM
  • 1 Preventive Maintenance visit
  • Unlimited Repair Service - Non-consumable Parts, Labor, Travel
  • Phone/Remote Support, 15% Discount on Training / 10% Discount on Qualification Services

Place of Performance: NIH, NIAID, 40 CONVENT DRIVE, BLDG 40, RM 4606, BETHESDA, MD 20892

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, price, and delivery.

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)

FAR 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 (NOV 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 (DEC 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 Monday, January 13, 2025 @ 1:00 PM 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. 

Contact Information

Contracting Office Address

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

Primary Point of Contact

Secondary Point of Contact

History