Search Contract Opportunities

Service Plan for Molecular Devices Equipment (SpectraMax-L, 2 Ea and StakMax, 2 Ea)

ID: RFQ-NIAID-25-2255324R1 • Type: Synopsis Solicitation

Description

SAM.gov Synopsis

Document Type: Combined Synopsis/Solicitation

Solicitation Number: RFQ-NIAID-25-2255324R1

Posted Date: 03/04/2025

Response Date: 03/10/2025

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

Title: Service PLAN FOR MOLECULAR DEVICES EQUIPMENT (SPECTRAMAX-l, 2 EA AND STAKMAX , 2 EA) -- AMBIS 2255324

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-25-2255324R1 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) 2025-01 November 12, 2024.

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

1-Year Service Contract, 1PM, Onsite Performance Assurance for the following instruments and equipment manufactured by Molecular Devices, LLC:

  1. Service Coverage for SPECTRAMAX L (S/N LU03903), qty 1
  2. Service Coverage for STAKMAX (S/N SX08944), qty 1
  3. Service Coverage for SPECTRAMAX L (S/N LU03523), qty 1
  4. Service Coverage for STAKMAX (S/N SX08606), qty 1

Period of Performance: 04/01/2025 03/31/2026

Requirements:

  • Service Coverage to include 1 annual PM visit, OEM parts, labor, and travel for repairs, tech support, priority OEM response time.
  • 1 PM, onsite performance assurance
  • Priority onsite scheduling equal to a manufacturers direct contract, to ensure minimal down time of instrumentation 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 quote.
  • Only OEM parts and technicians are acceptable.
  • Quarterly in arrears billing schedule must be acknowledged on quote.
  • Third-party vendors must include their guaranteed response time to make emergency calls.
  • Third-party vendors must schedule and coordinate PM visits with and for the equipment.
  • Quote submitted from third-party vendor must list the software updates, if appliable, on separate line with separate price as software updates and will be billed separately.

Place of Performance: NIH, NIAID, 9000 Rockville Pike, Building 40, Bethesda, MD 20892, 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 (MAY 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 separate representation if this is not addressed as compliant within an active SAM.gov registration

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 (NOV 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 March 10, 2025 at 5:00pm ET

All quotations and required documents must be submitted via the NIAID electronic Simplified Acquisition Submission System (eSASS) website at https://esass.nih.gov. All vendors must register in the eSASS system to submit a quotation. Instructions on how to register / submit quotes are included on the website. 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

Background
The National Institute of Allergy and Infectious Diseases (NIAID), part of the Department of Health and Human Services, is seeking a service plan for molecular devices equipment. The goal of this contract is to ensure the proper maintenance and performance assurance for specific instruments manufactured by Molecular Devices, LLC.

Work Details
The contractor will provide a 1-Year Service Contract that includes:

1) Service Coverage for SPECTRAMAX L (S/N LU03903), qty 1;
2) Service Coverage for STAKMAX (S/N SX08944), qty 1;
3) Service Coverage for SPECTRAMAX L (S/N LU03523), qty 1;
4) Service Coverage for STAKMAX (S/N SX08606), qty 1.

The service coverage must include one annual preventive maintenance (PM) visit, OEM parts, labor, travel for repairs, technical support, and priority OEM response time. Additionally, the contractor must guarantee priority onsite scheduling equivalent to a manufacturer's direct contract to minimize downtime during repairs. Only OEM parts and technicians are acceptable. Billing will occur quarterly in arrears, and third-party vendors must specify their guaranteed response times and coordinate PM visits with NIAID. Any software updates must be listed separately with associated costs.

Period of Performance
04/01/2025 – 03/31/2026

Place of Performance
NIH, NIAID, 9000 Rockville Pike, Building 40, Bethesda, MD 20892, United States.

Overview

Response Deadline
March 10, 2025, 5:00 p.m. EDT Past Due
Posted
March 4, 2025, 3:10 p.m. EST
Set Aside
None
Place of Performance
Bethesda, MD 20892 United States
Source
SAM

Current SBA Size Standard
$34 Million
Pricing
Fixed Price
Est. Level of Competition
Low
Signs of Shaping
The solicitation is open for 6 days, below average for the National Institutes of Health.
On 3/4/25 National Institutes of Health issued Synopsis Solicitation RFQ-NIAID-25-2255324R1 for Service Plan for Molecular Devices Equipment (SpectraMax-L, 2 Ea and StakMax, 2 Ea) due 3/10/25. 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-25-2255324R1

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation RFQ-NIAID-25-2255324R1

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation RFQ-NIAID-25-2255324R1

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation RFQ-NIAID-25-2255324R1

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
March 25, 2025
Last Updated By
dana.monroe@nih.gov
Archive Date
March 25, 2025