1 Year Maintenance/Service Agreement for Agilent LC-QQQ and LCMS Equipment
Agency: | HEALTH AND HUMAN SERVICES, DEPARTMENT OF |
---|---|
State: | Maryland |
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159710228118306 |
Posted Date: | Apr 23, 2024 |
Due Date: | May 3, 2024 |
Solicitation No: | RFQ-NIAID-24-2219307 |
Source: | Members Only |
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).
- Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
- All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
- Original Published Date: Apr 23, 2024 05:44 pm EDT
- Original Date Offers Due: May 03, 2024 04:00 pm EDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: May 18, 2024
-
Initiative:
- None
- 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:
Bethesda , MD 20892USA
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-24-2219307 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) FAC 2024-03 February 23, 2024
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 $34,000,000.00. 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 a one year service contract for the following:
• Agilent LC-QQQ system:
o G6460C – MDL#G6460 Triple Quad MSD s/n SG15247308
o G4226S – MDL#1290 Infinity High Performance Autosampler s/n DEBAP07318
o G1316C – MDL#1260-1290 Infinity TCC s/n DEBAC11631
o G1330B – MDL#1200 Autosampler thermostat s/n DEBAL2499
o G4220A – MDL#1290 Infinity Binary Pump VL s/n DEBAA05836
• Agilent LCMS system:
o G1946D – MSL#G1946 Single quad LC/MS with ESI s/nUS94810242
o G1312A – MDL#1100 Binary Pump s/n US83101830
o G1315A – MDL#1100 DAD s/n US824042689
o G1316A – MDL#1100 TCC s/n US82404463
o G1312A – MDL#1100 Fluorescence detector s/n DE60555303
o G1329A – MDL#1100 Thermostatted ALS s/nDE82201872
o G1330A – MDL# Autosampler Thermostat s/n NA
o G1322A – MDL#1100 Vacuum Degasser module s/n JP03925848
o G1323A – MDL#1100 Handheld control module s/n DE83106792
The minimum service requirements:
For the LC-MS system, the contractor shall:
• Provide one preventive maintenance service visit a year that includes
replacement of longlife DAD uv bulb and other PM replacement parts.
• 2-day response turnaround time for service call requests
• Telephone support for diagnosis and repair consultation
• Service contract price includes all travel, labor, and parts (except
consumable items and items exposed to sample)
• Service should cover the following components: Mass selective
detector G1946D, binary pump G1312A, diode array detector G1315A,
thermal column compartment G1316A, fluorimeter G1321A, control
module G1323A, autosampler G1329A, thermostat G1330A, degasser
G1322A, and chemstation software ver A 10.02
For the LC-QQQ system, the contractor shall:
• Provide one preventive maintenance service visit a year. Includes, but
not limited to, inspection of system and pump oil; clean source; inspect
filter; run diagnostic
• 2-day response turnaround time for service call requests
• Unlimited number of service calls. Unlimited telephone technical
support
• Service contract price includes all travel, labor, and parts (except
consumable items)
• Service should cover the following components: G6460C triple
quadrupole mass selective detector, G4220A 1290 pump, G1316C
Thermal column compartment, G4226A autosampler, G1330B 1290
thermostat, and mass hunter software
Billing must be quarterly or monthly in arrears. All recertification fees must be stated on quote if needed.
*Note: A 48-hour priority status is required for this service agreement. Failure to meet the timeline for repairs or any other requirement may result in an unsatisfactory rating in Contractor Performance Assessment Reporting System (CPARS).
Place of Performance:
NIAID
33 North Drive
Bethesda, MD 20892
FOB: Destination
Period of Performance:
Base: 05/13/2024 – 05/12/2025
Security note:
Technicians are required to go through a security screening when accessing the NIH Bethesda Campus. Information regarding security at the NIH can be found in the link below. https://www.nih.gov/about-nih/visitor-information/campus-access-security
Inspection 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.
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 52.212-1 Instructions to Offerors Commercial Items (SEP 2023)
FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (FEB 2024)
FAR 52.204-7 System for Award Management (OCT 2018)
(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 FAR 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)
52.204–26 Covered Telecommunications Equipment or Services-Representation
(OCT 2020) *** Must complete representation if attached to this solicitation- see attachment 52.204-26
The following FAR contract clauses apply to this acquisition:
FAR 52-212-4 Contract Terms and Conditions Commercial Items (NOV 2022)
FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (FEB 2024)
*The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting.
FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023)
FAR 52.204-13 System for Award Management Maintenance (OCT 2018)
FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021)
HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 2015)
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 address: http://farsite.hill.af.mil/vffara.htm
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/far/loadmainre.html & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax.
Submission shall be received not later than May 3, 2024 @ 4:00 PM EST
Offers may be e-mailed to Diana Rohlman (E-Mail/ diana.rohlman@nih.gov). Offers shall include RFQ number in the subject line (RFQ-NIAID-24-2219307). 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 Diana Rohlman at diana.rohlman@nih.gov.
- 5601 FISHERS LANE, SUITE 3D11
- BETHESDA , MD 20892
- USA
- DIANA ROHLMAN
- diana.rohlman@nih.gov
- Phone Number 4063639366
- Jesse D Weidow
- weidowjd@niaid.nih.gov
- Phone Number 4063759783
- Apr 23, 2024 05:44 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.