Search Contract Opportunities

Maintenance and Repair Service for Hamilton Laboratory Equipment.   2

ID: 75N95024Q00202-RFQ • 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

Posted: May 13, 2024, 4:02 p.m. EDT

(i) This is a combined synopsis/solicitation for 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 75N95024Q00202-RFQ and the solicitation is issued as a request for quotation (RFQ).

This acquisition is for a commercial service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13 Simplified Acquisition Procedures; FAR Subpart 13.5 Simplified Procedures for Certain Commercial Products and Commercial Services; and FAR Part 12 Acquisition of Commercial Products and Commercial Services and is 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 2024-04, with effective date May 1, 2024.

(iv) The associated North American Industry Classification System (NAICS) code is 811210, Equipment and Precision Equipment Repair & Maintenance and the small business size standard is $34.0 million. This requirement is full and open with no set-aside restrictions.

(v) This requirement is for the following service: The National Institute of Aging (NIA), Center for Alzheimer's Disease and Related Dementias (CARD) requires maintenance and repair for three (3) government-owned Hamilton liquid handling robots as described below. Replacement parts and software upgrades provided must be Original Equipment Manufacturer (OEM) certified. The services must be provided by OEM certified service technicians.

Equipment Description:

  1. Vantage 2.0 Serial No. 1744
  2. Vantage 2.0 Serial No. 1827
  3. NGS STAR - Serial No. H753

(vi) Project Requirement: (see SOW attached).

2 Preventive Maintenance (PM) Services per year.

  1. Independent Channel Volume Verification included with each PM.
  2. Field Verification (with each PM) required for GLP/GMP regulated labs to include:
  • Independent Channel Volume Verification for 1mL and 5mL channels
  • Volume Verification for 96 & 384 Multi-Probe Heads
  • Heater/Shaker Verification (includes Amplitude, Frequency, and Temperature)
  • Barcode Read Verification
  • X,Y,Z Position Verification (Channels and 96 & 384 Multi-Probe Heads )
  • Door Lock Verification

(vii) The Government anticipates awarding a firm fixed-price purchase order for this acquisition.

The period of performance will be June 30, 2024 June 29, 2025 (Base Period). Additional Optional Periods, as described below, are being sought.

Optional Period 1: June 30, 2025 June 29, 2026

Optional Period 2: June 30, 2026 June 29, 2027

Place of Performance: The place of performance shall be National Institute of Health, National Institute on Aging located at 9000 Rockville Pike, Building T44, Bethesda, MD 20892.

(viii) The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Nov 2021), 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 FAR 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 52.204-29, Federal Acquisition Supply Chain Security Act Orders Representation and Disclosures (Dec 2023).
  • FAR 52.212-1, Instructions to Offerors- Commercial Products and Commercial Services (Sept 2023).
  • FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (Feb 2024).
  • FAR 52.217-5, Evaluation of Options (July 1990).

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 Products and Commercial Services (Nov 2023).
  • FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000). Fill in: 15 days before the before the contract expires.
  • FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Mar 2023).
  • HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (Dec 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, 52.204-26, and 52.222-52 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) if not included in the current www.sam.gov registration.
  • FAR 52.222-52 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Certification if not included in the current www.sam.gov registration.
  • FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Products and Commercial Services (Feb 2024).

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

  • NIH Invoicing Instructions with IPP (Mar 2023).

(ix) The Government will evaluate quotations or offers in accordance with FAR 13.106-2 and award a purchase order from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (a) technical capability; (b) price, and (c) past performance [see FAR 13.106-2(b)(3)]. Technical capability and past performance, when combined, are significantly more important than price.

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).

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 (Feb 2024), 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.

(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 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 5:00 p.m., Eastern Daylight Time on May 17, 2024 (revised), and reference Solicitation Number 75N95024Q00202-RFQ. Responses must be submitted electronically to Iris Merscher, Contract Specialist, at iris.merscher@nih.gov.

Posted: May 2, 2024, 3:13 p.m. EDT
Background
The National Institute of Aging (NIA), Center for Alzheimer’s Disease and Related Dementias (CARD) requires maintenance and repair for three (3) government-owned Hamilton liquid handling robots. The services must be provided by OEM certified service technicians.

Work Details
The purpose of this requirement is to procure maintenance support services for Hamilton-manufactured laboratory equipment owned and operated by the National Institute on Aging. The contractor shall provide all resources necessary to accomplish the tasks and deliverables described in this Statement of Work (SOW). The required period of performance shall include one 12-month base period and 2 12-month option periods.

The Contractor shall provide services to maintain, service, and support systems (the equipment). Necessary services, qualified personnel, replacement parts, applicable software & hardware upgrades, and telephone and remote access support. Maintenance and repair support shall include all labor, travel, and replacement parts necessary to provide preventative maintenance support, install new instrument software upgrades and train staff in use of the new software, and troubleshoot problems. Replacement parts and software upgrades provided must be Original Equipment Manufacturer (OEM) certified. Only original manufacturer certified trained technicians must be used to troubleshoot problems, install new software upgrades, train staff, and perform preventative maintenance tasks.

Period of Performance
The period of performance will be June 30, 2024 – June 29, 2025 (Base Period). Additional Optional Periods are being sought: Optional Period 1: June 30, 2025 – June 29, 2026; Optional Period 2: June 30, 2026 – June 29, 2027

Place of Performance
The place of performance shall be National Institute of Health, National Institute on Aging located at 9000 Rockville Pike, Building T44, Bethesda, MD 20892.

Overview

Response Deadline
May 17, 2024, 5:00 p.m. EDT (original: May 13, 2024, 5:00 p.m. EDT) Past Due
Posted
May 2, 2024, 3:13 p.m. EDT (updated: May 13, 2024, 4:02 p.m. EDT)
Set Aside
None
Place of Performance
United States
Source

Current SBA Size Standard
$34 Million
Pricing
Fixed Price
Est. Level of Competition
Low
Est. Value Range
Experimental
<$250,000 (solicitation indicates Simplified Acquisition Procedures, which in most cases, applies to contracts expected to be less than $250K in value)
On 5/2/24 National Institute on Drug Abuse issued Synopsis Solicitation 75N95024Q00202-RFQ for Maintenance and Repair Service for Hamilton Laboratory Equipment. due 5/17/24. The opportunity was issued full & open with NAICS 811210 and PSC J066.
Primary Contact
Name
Iris Merscher   Profile
Phone
(301) 827-2547

Documents

Posted documents for Synopsis Solicitation 75N95024Q00202-RFQ

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation 75N95024Q00202-RFQ

Contract Awards

Prime contracts awarded through Synopsis Solicitation 75N95024Q00202-RFQ

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation 75N95024Q00202-RFQ

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 75N95024Q00202-RFQ

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 75N95024Q00202-RFQ

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
June 1, 2024
Last Updated By
iris.merscher@nih.gov
Archive Date
June 1, 2024