Search Contract Opportunities

Service Agreement for AB Sciex QTRAP 5500 & 6500 Mass Spectrometers and Accessories

ID: RFQ-NIAID-24-2197012 • Type: Synopsis Solicitation

Description

**SAM.gov Synopsis**

Document Type: Combined Synopsis/Solicitation

Solicitation Number: RFQ-NIAID-24-2197012

Posted Date: 10/18/2023

Response Date: 10/27/2023

Set Aside: None

NAICS Code: 811210

Classification Code: J066

Contracting Office Address:

Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 903 S 4th Street, Hamilton, MT 59840

Title: SERVICE AGREEMENT FOR AB SCIEX QTRAP 5500 & 6500 MASS SPECTROMETERS AND ACCESSORIES

Primary Point of Contact:

Dana Monroe; dana.monroe@nih.gov

Description:

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-24-2197012 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) 2023-05 September 22, 2023.

The North American Industry Classification System (NAICS) code for this procurement is 811210, Electronic and Precision Equipment Repair and Maintenance, with a small business size standard of $34 million. 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:

The minimum service requirements for the following instruments:

12-month Service Contract for the following instruments/equipment for Period of Performance: December 26, 2023 December 25, 2024

Assurance Plan for the following instruments:

  1. QTRAP5500 Mass Spectrometer, serial number EG220241805
  2. QTRAP6500+ Mass Spectrometer, serial number DY257072005

Software Plus Plan for the following instruments:

  1. QTRAP5500 Mass Spectrometer, serial number EG220241805
  2. QTRAP6500+ Mass Spectrometer, serial number DY257072005

1PM Assurance Plan for LC Devices:

  1. Exion LC AC Pump, serial numbers ABDXR5670978, ABDG55571203, ABCXR5670450, ABDXR5670979, ABCBM5671284, ABRES5601394
  2. Shimadzu XR System, serial numbers L20435654565, L20705669878, L20215553245, L20435654564, L20455551307, L20235657580

Vendor Assurance Plan 1PM:

  1. PEAK1024, serial number 771045833
  2. PEAK1024, serial number 771060221

Minimum Assurance Plan 1PM Requirements:

  1. Full coverage for OEM replacement parts, labor, and travel.
  2. 1 Assurance PM visit per contract year.
  3. On-site workflow support and troubleshooting
  4. Workflow telephone and online support during normal business hours
  5. SCIEXNowTM Visual Assist Support
  6. Priority onsite scheduling equal to a manufacturers direct contract, to ensure minimal down time of instrumentation. 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 a capabilities statement, as well as documentation of OEM trained technicians is required.
  7. Analyst Service Diagnostics

Minimum Software Plus Plan Requirements:

  1. Prioritized software phone and online support
  2. Premium content access to SCIEXNow Learning hub and Knowledge base online
  3. Troubleshooting for software malfunctions and corrective action on the latest versions of software
  4. Delivery of full upgrades to latest software versions for all entitled SCIEX software
  5. Delivery of updates to latest software versions for all covered SCIEX software

Minimum 1PM Assurance Plan for LC Devices Requirements:

  1. Full coverage for OEM replacement parts, labor, and travel.
  2. 1 Assurance PM visit per contract year.
  3. Hardware Telephone Support during normal business hours
  4. SCIEXNowTM Visual Assist Support
  5. Priority onsite scheduling equal to a manufacturers direct contract, to ensure minimal down time of instrumentation. 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 a capabilities statement, as well as documentation of OEM trained technicians is required.
  6. Analyst Service Diagnostics

Minimum Assurance Plan 1PM Requirements:

  1. Support will be provided by Vendor
  2. Guaranteed 48-hour onsite response time for remedial repairs
  3. Vendor 1 PM visit per contract year
  4. Vendor will provide OEM hardware telephone support during normal business hours
  5. Vendor will provide OEM parts, labor and travel for remedial repairs
  6. Compressor service and OEM compressor replacements when required
  7. All repair services with priority engineer on site response time
  8. All repair parts, labor and engineer callout fee

Quoting Requirements:

  1. Line items and serial numbers must be listed on the quote and in the same order as they are listed above.
  2. 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.)
  3. 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)
  4. Provide End User License Agreement (EULA) if applicable
  5. 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.
  6. Quote must include response to all minimum service requirements, and all instructions for the quote, for the offer to be accepted as responsive.
  7. Vendor must include Unique Entity ID number from active SAM.gov registration
  8. Lapse of coverage process: Recertification process and fees must be included.

Place of Performance: NIH, Rocky Mountain Laboratories, 903 S. 4th Street, Hamilton, MT 59840, United States. FOB: Destination

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 on the following: technical capability to meet the requirements and 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 (SEP 2023)

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 and if not actively in compliance in SAM.gov

The following FAR contract clauses apply to this acquisition:

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 (SEP 2023)

*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 Friday, October 27, 2023 at 5:00pm ET

Offers may be e-mailed to Dana Monroe at dana.monroe@nih.gov. Offers shall include RFQ number in the subject line (RFQ-NIAID-24-2197012). 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 Dana Monroe at dana.monroe@nih.gov.

Overview

Response Deadline
Oct. 27, 2023, 5:00 p.m. EDT Past Due
Posted
Oct. 18, 2023, 2:20 p.m. EDT
Set Aside
None
Place of Performance
Hamilton, MT 59840 United States
Source
SAM

Current SBA Size Standard
$34 Million
Pricing
Fixed Price
Est. Level of Competition
Low
On 10/18/23 National Institutes of Health issued Synopsis Solicitation RFQ-NIAID-24-2197012 for Service Agreement for AB Sciex QTRAP 5500 & 6500 Mass Spectrometers and Accessories due 10/27/23. The opportunity was issued full & open with NAICS 811210 and PSC J066.
Primary Contact
Name
Dana Monroe   Profile
Phone
(406) 375-9814

Documents

Posted documents for Synopsis Solicitation RFQ-NIAID-24-2197012

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation RFQ-NIAID-24-2197012

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation RFQ-NIAID-24-2197012

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation RFQ-NIAID-24-2197012

Additional Details

Source Agency Hierarchy
HEALTH AND HUMAN SERVICES, DEPARTMENT OF > NATIONAL INSTITUTES OF HEALTH > NATIONAL INSTITUTES OF HEALTH NIAID
FPDS Organization Code
7529-00310
Source Organization Code
100188096
Last Updated
Nov. 11, 2023
Last Updated By
dana.monroe@nih.gov
Archive Date
Nov. 11, 2023