United States - TECAN EQUIPMENT MAINTENANCE AGREEMENT

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
17 May 2019
Opportunity publication date
04 May 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: May 03, 2019 3:11 pm

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-1968250 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) FAC_2019-01 and effective 01/22/2019.
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 $20.5 million.
This requirement is NOT set-aside for small business.
Background:
The Program Planning and Analysis Branch (PPAB) is seeking to procure a service and maintenance agreement on equipment manufactured by Tecan Technologies. These machines need to be in optimal operating order to perform continuing experiments related to the mission of the research laboratories in the Integrated Research Facility.
The NIAID Integrated Research Facility is part of the National Interagency Biodefense Campus, a group of federal biomedical research facilities based at Fort Detrick, Maryland. The IRF is composed of 6 core laboratories: (1) Clinical Core, (2) Anatomic Pathology, (3) Cell Culture, (4) Imaging Physics, (5) Comparative Medicine, and (6) Aerobiology. Scientists at the IRF focus on developing prevention and treatment options that will be directly relevant to human diseases-whether they emerge naturally or are deliberately introduced. Advanced imaging technology and other state-of-the-art features inside a secure laboratory allow researchers to follow disease processes.
The labs use the microplate readers, plate readers, scanner and liquid handling station to detect specific chemical, biological, or physical reactions by measuring emitted light.
The maintenance agreement must meet the minimum coverage of manufacturer's Te-Care Maintenance agreement. Preventive maintenance must be conducted by a certified Tecan service engineer and any parts must be guaranteed OEM:
-Installation of essential updates
-Preventative Maintenance (Parts, labor, travel)
-Quality Control (QC) report
-Calibrations and adjustments
-Function Check and error analysis
-Service documentation
-Hotline
Period of performance: 06/01/2019 - 05/31/2020
See attached list for equipment and serial numbers
Place of Performance: NIH, IRF, 8200 Research Plaza, Frederick, MD 21702
FOB: Destination
Submission shall be received not later than 05/17/2019 by 2:00 PM eastern standard time.
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.
All quotations must include: a list of all minimum requirements of service listed on quote, a guarantee that only OEM parts will be used, and if you are a third party distributor of service please provide a letter of service certification from the manufacture.
The award will be based on the following: capability to meet the requirements, delivery, and price offering the best value to the government.
Vendor must have FAR 52.222-48 completed in www.sam.gov registration.
The following FAR provisions apply to this acquisition:
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)
FAR 52.212-1 Instructions to Offerors Commercial Items (Oct 2018)
FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (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)
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 (Jan 2019)
*The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting.
FAR 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Jan 2017)
FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)
FAR 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014)
HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (Dec 2015)
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.
Offers may be mailed, e-mailed or faxed to Ms. Skye Duffner, (E-Mail/ skye.duffner@nih.gov) (fax 406-363-9288). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f) (Oct 2018)
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 Ms. Skye Duffner at skye.duffner@nih.gov.

Opportunity closing date
17 May 2019
Value of contract
to be confirmed

About the buyer

Address
Department of Health and Human Services National Institute of Allergy & Infectious Diseases/AMOB United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?