Maintenance Agreement for Multiple Opera Phenix and Operetta Units

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
State: Maryland
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159614064457222
Posted Date: Mar 28, 2024
Due Date: Apr 5, 2024
Solicitation No: 75N95024Q00215
Source: Members Only
Follow
Maintenance Agreement for Multiple Opera Phenix and Operetta Units
Active
Contract Opportunity
Notice ID
75N95024Q00215
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
NATIONAL INSTITUTES OF HEALTH
Office
NATIONAL INSTITUTES OF HEALTH
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-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 28, 2024 04:15 pm EDT
  • Original Date Offers Due: Apr 05, 2024 04:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 20, 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:
    Rockville , MD 20852
    USA
Description

NON-COMPETITIVE COMBINED SYNOPSIS / SOLICITATION

75N95024Q00215



TITLE: Maintenance Agreement for Multiple Opera Phenix and Operetta Units







(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; quotations are being requested and a written solicitation will not be issued.





(ii) The solicitation number is 75N95024Q00215 and the solicitation is issued as a request for quotation (RFQ). This acquisition is for a commercial item and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13 - Simplified Acquisition Procedures, FAR Part 13.5 – Simplified Procedures for Certain Commercial Products and Commercial Services, and FAR Part 12 - Acquisition of Commercial Items, 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) 2024-03 effective February 23, 2024.





(iv) The associated NAICS code is 811210 and the Small Business size standard is $34 million.





(v) THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME).





The National Institute on Drug Abuse (NIDA), Office of Acquisition (OA), on behalf of the National Center for Advancing Translational Sciences (NCATS), intends to negotiate and award a purchase order without providing full and open competition to Revvity Health Sciences, Inc., 68 Elm Street, Hopkinton, MA 01748-1602, for preventative maintenance services on existing Operetta CLS’ and Opera Phenix units. This acquisition is conducted as non-competitive for a commercial service and is conducted pursuant to FAR Subpart 13.5—Simplified Procedures for Certain Commercial Items and FAR 13.501, Special Documentation Requirements, in accordance with 41 United States Code (U.S.C.) 1901. Pursuant to FAR 13.501(a)(1)(iii), the justification will be made available within 14 days after contract award.







DESCRIPTION





(vi) The National Center for Advancing Translational Sciences (NCATS), within the National Institutes of Health (NIH), requires an annual Maintenance Agreement for preventive maintenance on existing Operetta CLS’ and Opera Phenix units.





See the attached Statement of Work for full requirement details.





(vii) The Government anticipates award of a firm, fixed-price purchase order with an anticipated period of performance of 12 months.







EVALUATION AND AWARD





(viii) The anticipated award date is April 25, 2024.





(ix) The Government plans to make an award resulting from this solicitation. The resulting award will be made to Revvity Health Sciences, Inc. as long as the quote is technically acceptable and the negotiated price is fair and reasonable.







MANDATORY QUALIFICATION CRITERIA





(x) The contractor must have an active registration in the System for Award Management (SAM).





(xi) The contractor must perform maintenance services using OEM trained and certified engineers, and must use OEM parts when needed to perform maintenance or repairs.







SUBMISSION INSTRUCTIONS





(xii) All responses to this RFQ must be received by 4:00pm Eastern Time on Friday, April 5, 2024, and must reference the solicitation number cited above. Responses must be submitted via email to Michele Pastorek at michele.pastorek@nih.gov.





(xiii) This is an RFQ. This request does not commit the Government to pay any costs incurred in the preparation of the submission of this quotation or to contract for supplies or service. Supplies are of domestic origin unless otherwise indicated by quoter. Any representations and/or certifications attached to this RFQ must be completed by the quoter.





(xiv) Responses to this RFQ must include clear and convincing evidence of the quoter’s capability of fulfilling the requirement as it relates to the technical evaluation criteria. Responses may exceed capability or performance characteristics of the solicitation's requirements. The Government reserves the right, but is not required, to award to a response that exceeds capability or performance characteristics of the solicitation's requirements if it provides a benefit to the Government.





(xv) Responses must include the Unique Entity Identifier (UEI) (which recently replaced the DUNS number), the Taxpayer Identification Number (TIN), the certification of business size, and the completed representations in FAR Provision 52.212-3, Offeror Representation and Certifications-Commercial Items (Sept 2023), with its offer. If 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.





(xvi) Responses must also include a quotation in U.S. dollars that includes:



1. The total price,



2. Individual prices for each item,



3. Prompt payment discount terms,



4. Product or catalog number(s),



5. Product description, and



6. Any other information or factors that may be considered in the award decision. Such factors may include: special features required for effective program performance; trade-in considerations; warranty considerations; maintenance availability; and environmental and energy efficiency considerations.





(xvii) For information about this RFQ, contact Michele Pastorek, Contract Specialist, at 301-827-1739 or michele.pastorek@nih.gov.





(xviii) All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.







TERMS AND CONDITIONS, PROVISIONS, AND REPRESENTATIONS





(xix) The provision at FAR 52.252-1, 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 www.acquisition.gov.





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



1. FAR Provision 52.204-7, System for Award Management (Oct 2018)



2. FAR Provision 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020)



3. FAR Provision 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services (Feb 2024)





(xx) The clause at 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 www.acquisition.gov.





In addition to the clauses checked in FAR 52.212-5 (attached), the following clauses also apply to this acquisition and are incorporated by reference:




  1. FAR Clause 52.204-13, System for Award Management Maintenance (Oct 2018)

  2. FAR Clause 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020)

  3. FAR Clause 52.212-4, Contract Terms and Conditions – Commercial Products and Commercial Services (Nov 2023). Addendum to this FAR clause applies to this acquisition and is attached.

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





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







ATTACHMENTS





(xxii) The following terms, provisions, and clauses are incorporated and attached in full text:



1. Statement of Work



2. The provision at FAR 52.212-1, Instructions to Offerors – Commercial Products and Commercial Services (Sep 2023) (Tailored)



3. FAR 52.212-4 Addendum



4. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders–Commercial Products and Commercial Services (Feb 2024)



5. NIH Electronic Invoice Submission Instructions with IPP (March 20, 2023)


Attachments/Links
Contact Information
Contracting Office Address
  • 6001 EXECUTIVE BLVD.
  • ROCKVILLE , MD 20852
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 28, 2024 04:15 pm EDTCombined Synopsis/Solicitation (Original)

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 >