Maintenance/Service Agreement for Roche Equipment

expired opportunity(Expired)
From: Federal Government(Federal)
RFQ-NIAID-2157510

Basic Details

started - 19 Mar, 2023 (12 months ago)

Start Date

19 Mar, 2023 (12 months ago)
due - 28 Mar, 2023 (12 months ago)

Due Date

28 Mar, 2023 (12 months ago)
Bid Notification

Type

Bid Notification
RFQ-NIAID-2157510

Identifier

RFQ-NIAID-2157510
HEALTH AND HUMAN SERVICES, DEPARTMENT OF

Customer / Agency

HEALTH AND HUMAN SERVICES, DEPARTMENT OF (26501)NATIONAL INSTITUTES OF HEALTH (10753)NATIONAL INSTITUTES OF HEALTH NIAID (1786)

Attachments (2)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

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-2157510 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) 2023-02, Effective 03/16/2023. The North American Industry Classification System (NAICS) code for this procurement is 811210, Other Electronic and
Precession Equipment Repair and Maintenance, with a small business size standard of $30,000,000.00. 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 an annual Maintenance agreement on Roche Diagnostics Discovery Ultra equipment. Please see the attached equipment list, that provides all equipment information and serial numbers.Special Note:Equipment is in remote region of the country, Hamilton, MT, USA.Equipment is used extensively and daily, extra repair parts and labor are expected, please quote accordingly.The minimum service requirements include:Technical Support (unlimited Remote Support and Onsite visits). Quote must indicate:Days/hours and exclusions of operation for remote support.Days/hours and exclusions of Onsite visits.Days/hours and exclusions of Onsite Emergency Repair visits.Support response. Quote must indicate:Remote support response time (include guarantees)Onsite visit response time (include guarantees, zoning/geography restrictions if applicable)Onsite Emergency Repair visit response time (include guarantees, zoning/geography restrictions if applicable) include any additional charges for emergency repairs, not covered in service agreement.Only OEM parts will be accepted for all repairs and services.One Preventive Maintenance (PM) visits (must include OEM PM kits)Software updates/revisionsQuote InstructionsIndicate the order of priority in which repairs will be scheduled. (For example, if the vendor serves multiple clients, which clients, if any, take precedence over others. If there is a tier-based system that prioritizes certain clients or certain types of repairs over others, indicate at what tier or priority of service that is being quoted.) Indicate the nature of software updates/revisions during the service period. Include when they will be implemented (for example, will revisions/updates be provided and released to NIAID, during PM visits only, upon immediate release, or on another schedule)Provide End User License Agreement (EULA) if applicableQuote must include all service terms, conditions and exclusions as a part of, or as an attachment to the quotation. Referenced or linked terms and conditions will not be considered nor included in award.Vendor is invited to include past performance references of similar services, including the description of the service, the period of performance, and a client contact name and phone number for that award.Quote must include response to all minimum service requirements and instructions for the quote to be accepted responsive.If there are any recertification fees, please remember to put them on your quote.Place of Performance:NIAID/RML903 4th StHamilton, MT 59840FOB: DestinationPeriod of Performance: 05/30/2023-05/29/2024Security note:Technicians are required to go through a security screening when accessing the building. Information regarding security at the NIH can be found in the link below. https://www.nih.gov/about-nih/visitor-information/campus-access-securityInspection Note: FAR Part 52.212-4(a)All work will be inspected and approved by an authorized laboratory official at the completion of the job. All work will be completed in accordance with the manufacturers service standards.* By submitting a quotation, you are accepting that all government terms and conditions set forth herein shall prevail over the award.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 the lowest price technically acceptable. By submitting a quotation, you are accepting that all government terms and conditions set forth herein shall prevail over the award. The technical evaluation will be based on the following: technical capability to meet the requirements listed on the attachment, and then price.The following FAR provisions apply to this acquisition: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 52.212-1 Instructions to Offerors Commercial Items (Mar 2023)FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (Dec 2022)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 52.222-51 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 U.S.C. chapter 67).FAR 52.217-8 Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 15 days.FAR 52-212-4 Contract Terms and Conditions Commercial Items (Dec 2022)FAR 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Mar 2023)*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 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Mar 2023)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 & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax.Offers may be e-mailed to Ms. Skye Duffner, (E-Mail/ skye.duffner@nih.gov 406-802-6092). 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 questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Ms. Skye Duffner at skye.duffner@nih.gov.

Hamilton ,
 MT  59840  USALocation

Place Of Performance : N/A

Country : United StatesState : MontanaCity : Hamilton

You may also like

MAINTENANCE AGREEMENT

Due: 17 Feb, 2028 (in about 3 years)Agency: NATIONAL INSTITUTES OF HEALTH

PREVENTATIVE MAINTENANCE SERVICE AGREEMENT FOR SONY MA900 INSTRUMENT.

Due: 22 Mar, 2025 (in 11 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

MAINTENANCE AGREEMENT

Due: 01 Jan, 2025 (in 9 months)Agency: NATIONAL INSTITUTES OF HEALTH

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 811210Electronic and Precision Equipment Repair and Maintenance
pscCode J066Maintenance, Repair and Rebuilding of Equipment: Instruments and Laboratory Equipment