Search Contract Opportunities

12 Month Service Agreement for LCS Zeiss LSM 980 Confocal Microscope including GaAsP laser. S/N 2871000230

ID: HHS-NIH-NIDA-RFQ-75N95023Q00002 • Type: Synopsis Solicitation
HigherGov Subscribers Knew about This Opportunity Months Ago

Find opportunities months or years earlier with HigherGov Forecasts

Free Trial Schedule Demo

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.

(ii) The solicitation number is HHS-NIH-NIDA-RFQ-75N95023Q00002 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 2022-08, with effective date of 10/28/2022.

(iv) The associated NAICS code is 811219 and the small business size standard is $22 million. This requirement is full and open with no set-aside restrictions.

(v) This requirement is for the following services:

Preventative maintenance including safety inspection, operational inspection, adjustment, parts and repair including travel and labor for Zeiss LSM 980 NLO system, airyscan and 405/440 laser Serial# 2871000230.

The government owns the scientific instrumentation. The field service technician will be required to notify the POC from the NIA/IRP for access to the subject equipment. The unit is housed at the Biomedical Research Center, 251 Bayview Boulevard, Baltimore, Maryland 21224.

DELIVERY OR DELIVERABLES

Vendor shall provide documentation detailing services performed on the equipment to the NIA Point of Contact (POC). The service technician is to present a service ticket that briefly details the work performed to the NIA POC for signature and a copy of the ticket is to be left with the NIA POC.

A detailed written report of any service is to be submitted to the NIA POC, or a delegated entity, within 24 hours of service being performed.

(vi) The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the anticipated period of performance is twelve (12) months).

(vii) 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 (Nov 2021)
  • FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (May 2022)
  • 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 (Nov 2021). Addendum to this FAR clause applies to this acquisition and is attached.
  • 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 attached in full text. 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 (Oct 2022)
  • NIH Invoice and Payment Provisions

(viii) The provision at FAR clause 52.212-2, Evaluation Commercial Items (Nov 2021), 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 (ii) price; (iii) past performance (see FAR 13.106-2(b)(3)). Technical and past performance, when combined, are significantly more important than cost or price.

(b) 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.

(ix) The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2021), 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.

(x) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Nov 2021), applies to this acquisition.

(xi) The following additional contract requirement(s) or terms and conditions as determined by the contracting officer are necessary for this acquisition: (1) Key personnel must be original equipment manufacturer (OEM) factory-trained, authorized technicians.

(xii) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.

(xiii) 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 or 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 4:00 p.m., Eastern Standard Time, on December 7, 2022, and reference Solicitation Number HHS-NIH-NIDA-RFQ-75N95023Q00002. Responses must be submitted electronically to Eric McKay, Contracting Officer, at eric.mckay@nih.gov.

Fax responses will not be accepted.

Overview

Response Deadline
Dec. 7, 2022, 4:00 p.m. EST Past Due
Posted
Nov. 23, 2022, 3:10 p.m. EST
Set Aside
None
Place of Performance
Baltimore, MD 21224 USA
Source
SAM

Current SBA Size Standard
$34 Million
Pricing
Fixed Price
On 11/23/22 National Institute on Aging issued Synopsis Solicitation HHS-NIH-NIDA-RFQ-75N95023Q00002 for 12 Month Service Agreement for LCS Zeiss LSM 980 Confocal Microscope including GaAsP laser. S/N 2871000230 due 12/7/22. The opportunity was issued full & open with NAICS 811210 and PSC J066.
Primary Contact
Name
ERIC MCKAY   Profile
Phone
(301) 480-2406

Documents

Posted documents for Synopsis Solicitation HHS-NIH-NIDA-RFQ-75N95023Q00002

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation HHS-NIH-NIDA-RFQ-75N95023Q00002

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation HHS-NIH-NIDA-RFQ-75N95023Q00002

Additional Details

Source Agency Hierarchy
HEALTH AND HUMAN SERVICES, DEPARTMENT OF > NATIONAL INSTITUTES OF HEALTH > NATIONAL INSTITUTES OF HEALTH NIA
FPDS Organization Code
7529-75N95D
Source Organization Code
100189052
Last Updated
Dec. 22, 2022
Last Updated By
eric.mckay@nih.gov
Archive Date
Dec. 22, 2022