Search Contract Opportunities

Maintenance and Repair Service for an Automated Liquid Handling System   3

ID: 75N95025Q00184 • Type: Synopsis Solicitation • Match:  100%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

(i) This is a combined synopsis/solicitation for commercial products and commercial services 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 75N95025Q00184 and the solicitation is issued as a request for quotation (RFQ).

This acquisition is for a commercial product or commercial 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 Products and Commercial Services 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 2025-03, with effective date January 17, 2025.

(iv) The associated NAICS code is 811210 and the small business size standard is $34 million. This requirement has no set-aside restrictions.

(v) This requirement is for the following services: Maintenance and Repair Service for an Automated Liquid Handling System. Please see the attached Statement of (SOW) for detailed requirements.

(vi) The purpose of this requirement is to procure maintenance support services for a Hamilton manufactured Microlab VANTAGE 1.3 Automated Liquid Handling System owned and operated by the National Institute on Aging (NIA). The Microlab VANTAGE 1.3 Automated Liquid Handing System is used by the Center for Alzheimer's Disease and Related Dementias and requires maintenance to ensure continued full function and continuity of NIA Neurodegenerative disease research.

(vii) The Government anticipates award of a firm fixed-price purchase order for this acquisition. The anticipated period of performance is:

Base Year: 6/17/2025 6/16/2026

Option Year 1: 6/17/2026 6/16/2027

Option Year 2: 6/17/2027 6/16/2028

Option Year 3: 6/17/2028 6/16/2029

(viii) 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

https://www.acquisition.gov/caac-letters

(End of provision)

The following provisions apply to this acquisition and are incorporated by reference:

  • FAR 52.204-7, System for Award Management (Nov 2024)
  • FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020)
  • FAR 52.204-29, Federal Acquisition Supply Chain Security Act Orders Representation and Disclosures (Dec 2023)
  • FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (Sep 2023)
  • FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (May 2024) (DEVIATION Feb 2025) CAAC_Letter_2025-01_Supplement-1.pdf and CAAC_Letter_2025-02_Supplement-1.pdf

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

https://www.acquisition.gov/caac-letters

(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 Products and Commercial Services (Nov 2023).
  • FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000). -fill ins: 4 years
  • 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 below 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 Products and Commercial Services (Jan 2025) (DEVIATION Feb 2025) Per CAAC Letters 2025-01 and 2025-02, FAR 52.222-21, Prohibition of Segregated Facilities and FAR 52.222-26 - Equal Opportunity will not be considered when making award decisions or enforce requirements.
  • FAR 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 DEVIATION STATEMENT: The CAAC Letter 2025-01-Supplement 1 and CAAC Letter 2025-02-Supplement 1 are applicable to this acquisition.

System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations. Examples include 52.222-25, Affirmative Action Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications Commercial Products and Commercial Services. Contracting officers will not consider these representations when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM.

The mentioned CAAC Letters may be accessed electronically at this address: CAAC Letters | Acquisition.GOV.

The following invoice instruction is included and will be incorporated in the final award:

  • NIH Invoicing Instructions with IPP (Mar 2023).

(ix) The provision at FAR clause 52.212-2, Evaluation Commercial Products and Commercial Services (Nov 2021), applies to this acquisition and is included as an attachment.

(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 of the service offered to meet the Government requirement; (ii) past performance [see FAR 13.106-2(b)(3)]; and (iii) price.

Technical capability and past performance, when combined, are significantly more important than price.

(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

(c) 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.

(x) Offerors must include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications Commercial Products and Commercial Services (May 2024) (DEVIATION Feb 2025), 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. See DEVIATION STATEMENT above regarding applicable CAAC Letters.

(xi) There are no additional contract requirements or terms and conditions applicable to this acquisition.

(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 (UEI) 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 Thursday, May 1st, 2025 at 9:00 am Eastern Daylight/Standard Time, and reference Solicitation Number 75N95025Q00184. Responses must be submitted electronically to Rashiid Cummins, Contracting Officer, at rashiid.cummins@nih.gov

Fax responses will not be accepted.

Background
This solicitation is issued by the National Institute on Aging (NIA) for the procurement of maintenance support services for a Hamilton manufactured Microlab VANTAGE 1.3 Automated Liquid Handling System. The system is utilized by the Center for Alzheimer’s Disease and Related Dementias. The goal of this contract is to ensure the continued full function and continuity of NIA's neurodegenerative disease research.

Work Details
The contractor shall provide maintenance and repair support for the Hamilton Microlab VANTAGE 1.3 Automated Liquid Handling System, including all labor, travel, and replacement parts necessary for preventative maintenance support. Specific tasks include: installing new instrument software upgrades, training staff in the use of new software, troubleshooting problems, and performing two preventative maintenance tasks annually.

Replacement parts and software upgrades must be OEM certified. Service technicians must acknowledge repair requests within 24 business hours, with an onsite visit occurring within 72 business hours. The contractor will also provide maintenance service reports via email after repair visits and preventative maintenance tasks.

Period of Performance
Base Year: 6/17/2025 – 6/16/2026; Option Year 1: 6/17/2026 – 6/16/2027; Option Year 2: 6/17/2027 – 6/16/2028; Option Year 3: 6/17/2028 – 6/16/2029.

Place of Performance
The contract will be performed at the facilities of the National Institute on Aging.

Overview

Response Deadline
May 1, 2025, 9:00 a.m. EDT Past Due
Posted
April 17, 2025, 9:33 a.m. EDT
Set Aside
None
Place of Performance
Bethesda, MD United States
Source

Current SBA Size Standard
$34 Million
Pricing
Fixed Price
Est. Level of Competition
Low
On 4/17/25 National Institute on Drug Abuse issued Synopsis Solicitation 75N95025Q00184 for Maintenance and Repair Service for an Automated Liquid Handling System due 5/1/25. The opportunity was issued full & open with NAICS 811210 and PSC J066.
Primary Contact
Name
Rashiid Cummins   Profile
Phone
None

Documents

Posted documents for Synopsis Solicitation 75N95025Q00184

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation 75N95025Q00184

Award Notifications

Agency published notification of awards for Synopsis Solicitation 75N95025Q00184

Contract Awards

Prime contracts awarded through Synopsis Solicitation 75N95025Q00184

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation 75N95025Q00184

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 75N95025Q00184

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 75N95025Q00184

Additional Details

Source Agency Hierarchy
HEALTH AND HUMAN SERVICES, DEPARTMENT OF > NATIONAL INSTITUTES OF HEALTH > NATIONAL INSTITUTES OF HEALTH NIDA
FPDS Organization Code
7529-75N950
Source Organization Code
100189048
Last Updated
May 17, 2025
Last Updated By
rashiid.cummins@nih.gov
Archive Date
May 16, 2025