ANNUAL SERVICE CONTRACT FOR ELISA PLATE READER, LUMINOMETER, AND PARADIGM CARTRIDGES
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: Dec 12, 2022 02:02 pm EST
- Original Date Offers Due: Dec 19, 2022 04:00 pm EST
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Jan 03, 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 , MD 20892USA
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-2151234 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) 2022-08 October 28, 2022.
The North American Industry Classification System (NAICS) code for this procurement is 811210, Other Electronic and Precision Equipment Repair and Maintenance, with a small business size standard of $30 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:
Service Coverage on the following:
- Paradigm s/n 325501162 (or #322501162)
- Paradigm cartridges s/n 32660051007
- Paradigm s/n 332701001
- Paradigm s/n 332703006
- Paradigm cartridges s/n 33330012027
- Paradigm cartridges s/n 33330013032
- Paradigm cartridges s/n 33660042002
- Paradigm cartridges s/n 33660042009
- Paradigm cartridges s/n 33660043010
- Paradigm cartridges s/n 33660043068
- Paradigm cartridges s/n 33660052003
- Paradigm cartridges s/n 33680012065
- Paradigm cartridges s/n 33680013004
- Paradigm cartridges s/n 33700012011
- Paradigm cartridges s/n 33710013040
- Paradigm cartridges s/n 33900013416
- I3X s/n 363701429
- Plus 384 s/n MN04295
- Plus 384 s/n MNR05464
Coverage must include parts, labor, travel and one ( 1) annual PM service with priority response, unlimited service calls, loaner unit, hardware and firmware updates, factory-trained engineers, on-site application support, PhD. Level technical support access, Molecular Devices factory approved parts/OEM parts, online support resources, and Onsite Performance Assurance.
Billing must be quarterly or monthly in arrears.
Period of Performance: 01/01/2023 – 12/31/2023
Place of Performance: NIH/NIAID, 9 West Watkins Mill Road, Gaithersburg, MD 20878, 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 (SEPT 2021)
FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (FEB 2021)
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 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 (OCT 2018)
FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (SEPT 2021)
*The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting.
FAR 52.217-8 Option to Extend Services
FAR 52.223-99 Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors (OCT 2021) (DEVIATION)
FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)
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 (Aug 2020)
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 December 19th, 2022 @ 4:00 EST
Offers may be emailed to Lu Chang at (E-Mail/lu-chang.lu@nih.gov). Offers shall include RFQ number in the subject line (RFQ-NIAID-2151234). 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 question or concerns regarding this solicitation should be forwarded in writing via e-mail to Lu Chang at lu-chang.lu@nih.gov.
Attachments/Links
Contact Information
Contracting Office Address
- 5601 FISHERS LANE, SUITE 3D11
- BETHESDA , MD 20892
- USA
Primary Point of Contact
- Lu Chang
- lu-chang.lu@nih.gov
- Phone Number 2406273034
Secondary Point of Contact
History
- Jan 03, 2023 11:56 pm ESTCombined Synopsis/Solicitation (Original)