Maintenance Renewal for Hitachi SU800 and HT-7800 Electron Microscopes

Agency:
State: Montana
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159551135904092
Posted Date: Feb 16, 2024
Due Date: Feb 29, 2024
Source: Members Only
Follow
Maintenance Renewal for Hitachi SU800 and HT-7800 Electron Microscopes
Active
Contract Opportunity
Notice ID
RFQ-NIAID-24-2191519
Related Notice
NIAID-SS-24-2191519
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
NATIONAL INSTITUTES OF HEALTH
Office
NATIONAL INSTITUTES OF HEALTH NIAID
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 16, 2024 03:33 pm EST
  • Original Date Offers Due: Feb 29, 2024 03:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Mar 15, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J066 - MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT
  • NAICS Code:
    • 811210 - Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance:
    Hamilton , MT 59840
    USA
Description

This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6 “Streamlined Procedures for Evaluation and Solicitation for Commercial Items”, as applicable, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; (a written solicitation will not be issued) and quotations (quotes) are being requested. The solicitation number is RFQ-NIAID-24-2191519 and the solicitation is issued as a Request for Quotation (RFQ).





This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures, FAR Subpart 13.5 – Simplified Procedures for Certain Commercial Items. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2024-02 Effective January 22, 2024.





The North American Industry Classification System (NAICS) code for this procurement is 811210- Electron and Precision Equipment Repair and Maintenance with a large business size standard of $34 Million. This requirement is not set-aside for small business. The Government anticipates making a single award Firm Fixed Price (FFP) purchase order.





STATEMENT OF NEED

The Electron Microscopy (EM) Unit of the Research Technologies Branch (RTB) provides state-of-the-art technologies to support the ultrastructural imaging needs of National Institute of Allergy and Infectious (NIAID) scientists both in the Bethesda, Maryland, area and at the Rocky Mountain Laboratories (RML) in Hamilton, Montana. The facility provides sample preparation and analysis ranging from basic to high- resolution structural studies to immuno-localization of selected antigens for a wide array of specimens. A variety of methods, protocols, and equipment are employed to accommodate different preparative and imaging needs. Real-time viewing of samples by video image-sharing is available to NIAID users, allowing scientists at distant locations the ability to view samples simultaneously with microscopy staff. To continue supporting the needs of NIAID researchers, the RTB must continue to upgrade and maintain its instruments.





Within the RTB, the RML, Research Technologies Section, EM Unit supports NIAID investigators with a variety of state-of-the-art microscopy techniques and technologies. The EM Unit’s specialized support and scientific expertise enhance the research efforts of NIAID investigators. The Hitachi microscopes are heavily used, and because these instruments are highly specialized, these electron microscopes must always be maintained in peak operating conditions. To fulfill this need, RTB requires preventive maintenance and service agreements on the Hitachi SU800 II FE-SEM and Hitachi HT7800 High-resolution TEM scope. This service includes unlimited on-site emergency service. Responses time for emergency services will be no more than 48 hours. The service includes one preventive maintenance service per year.





Specifically, NIAID, RTB is seeking maintenance service for the Hitachi SU8000 and HT-7800 electron microscopes equipment. The equipment list below provides the Hitachi equipment information, serial numbers, and manufacturer info to be serviced.





Equipment Info. Part No. Description

HT7800 6103-03 C-822-0007 HT7800 High Resolution TEM



C-821-1365 Beam Stopper

C-821-1364 Pneumatic In/Out Control for Objective A

C-822-0421 Motorized Z-axis

SU8000 0101-03 C-536-9083 SU8000-II FE-SEM

C-HHTC-CHAMB CHS05 Chamberscope A-47mm/MON





The service of the Hitachi SU8000 and HT-7800 must meet the following minimum requirements:

1. Full coverage for Original Equipment Manufacturer (OEM) replacement parts, labor, and travel. Coverage includes all fees associated with repairs (labor and replacement parts) for any service or repairs performed. Only OEM parts will be accepted for all repairs and services.

2. Priority scheduling and onsite response for all repairs during the period of performance. Priority is defined as giving priority scheduling equal to a direct contract and guaranteeing the equivalent manufacturer’s priority onsite response. If you are a third-party service provider, the priority scheduling and/or response time, must be listed on your response. OEM Trained Certified Technicians required.

3. One (1) Preventive Maintenance Inspection to be performed during a twelve-month period to ensure the instruments are performing to factory specifications.

4. 48-hour targeted response time for onsite applications support (troubleshooting and repairs)

5. 48-hour targeted response time for all emergency repairs and all on site visits

6. Instrument control software and hardware proprietary updates (can occur during scheduled firmware updates upon request, and in conjunction with a scheduled Preventive Maintenance or Corrective Maintenance visit), including software revision. Provide End User License Agreement (EULA) if applicable.

7. Unlimited service visits during normal business days and hours, excluding Federal holidays.

8. Unlimited telephone support for instruments and applications and Remote Technical Support during business hours.





PERIOD OF PERFORMANCE





It is anticipated that an award will be made on or about March 1, 2024. The estimate total period of performance is from date of award through February 28, 2025. The period of performance shall be one (1) base year with four (4) one-year option periods.





Base Year: 03/01/2024 – 02/28/2025

Option Year One: 03/01/2025 – 02/28/2026

Option Year Two: 03/01/2026 – 02/28/2027

Option Year Three: 03/01/2027 – 02/28/2028

Option Year Four: 03/01/2028 – 02/28/2029





PLACE OF PERFORMANCE

NIH/NIAID, 903 South 4TH Street, Hamilton, MT 59840, United States. FOB: Destination.





INSTRUCTIONS





All interested vendors shall provide a quote for the requirement as outlined in this solicitation. All quotes shall include:

1) Response to all minimum service requirements and instructions for the quote to be accepted as responsive;





2) Technical support. Quote must indicate:

o Days/hours and exclusions of operation for remote support

o Days/hours and exclusions of Onsite visits

o Days/hours and exclusions of Onsite Emergency Repair visits

o If technical support includes a priority status





3) Support response. Quote must indicate:

o Remote support response time (include guarantees)

o Onsite visit response time (include guarantees, zoning/geography restrictions if applicable)

o 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.





4) 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;





5) Indicate 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);





6) 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) is applicable;





7) All manufacturers and serial number must be listed for each piece of equipment quoted per line;





8) Period of performance must be included on quote;





9) Documentation of OEM trained technicians/engineers: All third-party service providers, must include a letter from OEM certifying service technicians/engineers or proof of OEM training;





10) Price(s) (unit price, extended price, total price);





11) Point of contact: name, phone number & email; and





12) Unique Entity ID (UEI) and cage code from active SAM.gov registration





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.





Each response must clearly indicate the capability of the vendor to meet all specifications and requirements. The Government will evaluate only those quotes that fully meet the requirements as outlined above and respond to the solicitation instructions and requirements. Failure to furnish a full and complete quote as instructed will result in the Quoter’s response being considered non-responsive and will therefore be eliminated from further consideration and award.





Quotes are due by 3:00 PM EST on February 29, 2024. Quotes must be emailed to Hershea Vance, Contract Specialist, at hershea.vance@nih.gov. Late quotes will not be considered. All responsible sources may submit an offer that will be considered by this Agency. Any questions or concerns regarding this combined synopsis/solicitation should be emailed by February 26, 2024, at 11:30 am to hershea.vance@nih.gov.

EVALUATION

NIAID will evaluate quotes to determine the best value to the government. NIAID will make that determination based on technical acceptability, past performance, and price. NIAID will evaluate past performance and price only for those quotes which are rated as technically acceptable. In the event quotes are evaluated as technically equal, past performance, and price will become major considerations in selecting the successful Quoter.





SPECIAL NOTICE TO QUOTERS

Quoters are advised that the Government may share your information with non-government personnel who are assisting with the evaluation of quotes. The exclusive responsibility for source selection will reside with the Government. By submitting your quote, you will be consenting to disclosure of your quote to non-government personnel for purposes of evaluation.





ELECTRONIC INVOICING

Upon rendering of services, the successful vendor may submit an invoice monthly or quarterly in arrears. NIAID will only accept invoices for completed services that have been provided to NIAID.





NIH is using a phased transition approach from the NIH Office of Financial Management (OFM) Electronic Invoice Submission instructions to the Department of Treasury’s Invoice Processing Platform (IPP). For contractors that have transitioned to IPP, the Contractor must submit invoices to the Department of Treasury's Invoice Processing Platform (IPP) at https://www.ipp.gov. For contractors that have not transitioned to IPP, the Contractor shall submit invoices to the National Institutes of Health (NIH)/Office of Financial Management (OFM) via email at invoicing@nih.gov with a copy to the approving official until the Contractor has been notified of its transition to IPP.





PROVISIONS AND CLAUSES





FAR 52.252-2 Solicitation Provisions Incorporated by Reference (Feb 1998)





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 this/these address(es): https://www.acquistion.gov/

FAR 52.203-18 - Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements – Representations (Jan 2017)

FAR 52.204-7 - System for Award Management (Oct 2018)

FAR 52.204-16 - Commercial and Government Entity Code Reporting (Aug 2020)

FAR 52.204-24 - 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 Products and Commercial Services (Sep 2023)

FAR 52.212-3 - Offeror Representations and Certification – Commercial Products and Commercial Services (Nov 2023)

FAR 52.217-5- Evaluation of Options (Jul 1990)

FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998)





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 this/these address(es): https://www.acquistion.gov/





FAR 52.204-13 System for Award Management Maintenance (Oct 2018)

FAR 52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020)

FAR 52.204-21 - Basic Safeguarding of Covered Contractor Information Systems (Nov 2021)

FAR 52.212-4 - Contract Terms and Conditions – Commercial Products and Commercial Services (Nov 2023)

FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Mar 2023)

FAR 52.242-15 Stop-Work Order (AUG 1989)





By reference the Department of Health and Human Services Acquisition Regulation (HHSAR) provisions and clauses that are applicable to this requirement. Copies are available from http://www.hhs.gov/policies/hhsar/:





Provisions

HHSAR 352.239-73 Electronic and Information Technology Accessibility Notice (December 18, 2015)





Clauses

HHSAR 352.203-70 Anti-lobbying (December 18, 2015)

HHSAR 352.208-70 Printing and Duplication (December 18, 2015)

HHSAR 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015)

HHSAR 352.223-70 Safety and Health (December 18, 2015)

HHSAR 352.239-74 Electronic and Information Technology Accessibility (December 18, 2015)

By full text the Department of Health and Human Services Acquisition Regulation (HHSAR):

HHSAR 352.232-71 - Electronic Submission of Payment Requests (February 2, 2022)





The following additional clauses are applicable to this requirement and provided in full text as Attachments:

FAR 52.212-5 - Contract Terms and Conditions Required to Implement Status or Executive Orders – Commercial Products and Commercial Services (Dec 2023)





FAR 52.217-8 Option to Extend Services (Nov 1999)





FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000)





LIST OF ATTACHMENTS

Attachment 1 – Statement of Work (SOW)

Attachment 2 -Full Text Clauses


Attachments/Links
Contact Information
Contracting Office Address
  • 5601 FISHERS LANE, SUITE 3D11
  • BETHESDA , MD 20892
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >