Contact Points
Wilmington, DE. 19808-1610
This notice of proposed acquisition is posted as an intent to award a purchase order on a non-competitive basis to Agilent Technologies. The equipment discussed above is highly specialized. Due to the specialized nature, only expertly trained OEM technicians are able to diagnose and repair issues. Hardware, software, and parts are proprietary and only available through the manufacturer. Agilent Technologies is the only source available for the proper maintenance for the equipment specified.
Description of Requirement:
This acquisition is being conducted under Federal Acquisition Regulations (FAR) Part 13 – Simplified Acquisition Procedures, and the resultant contract award will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2202-06 dated May 26, 2022.
A Firm Fixed Price (FFP) Purchase Order award not exceeding the Simplified Acquisition Threshold is anticipated from any contract resulting from this requirement.
This is to continue the service contract for NIA’s Seahorse XFe96 Analyzer. This requires a service and customer support plan which will supply all parts, labor and travel, software updates, phone and email support and one preventative maintenance (PM) for the Seahorse XFe96 Analyzer.
Period of Performance:
The contractor shall provide preventative maintenance services starting 06/10/2022 -06/09/2023.
Scope of Work:
Independently and not as an agent of the Government, the Contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government as needed to perform the Statement of Work below:
Specific Requirements:
- Unlimited telephone support, hardware/software.
- Travel to our facility.
- Labor
- OEM-certified parts required for repairs
- Consumables used during repairs.
- Annual preventative maintenance visit and consumables used during preventive maintenance
- OEM- service guarantee
Level of Effort:
One preventive maintenance Service Plan at fixed pricing is anticipated on an annual basis.
Government Responsibilities:
The government owns the equipment. The contractor will be required to notify the POC, from the NIA/IRP, before coming to the facility since they will need access to the building.
Delivery or Deliverables:
The contractor will provide us with unlimited telephone support, travel to our facility for repair when needed and for the annual maintenance visit. Also, the contractor will use OEM-certified parts during repair and the preventative maintenance visit.
Travel:
N/A – All travel time should be included within the provided service agreement quote.
Key Personnel:
Key personnel must be original equipment manufacturer (OEM) factory-trained, authorized technicians.
Data Rights:
Not required.
Publications and Publicity:
Not required.
Confidentiality of Information:
Not required.
Quoter Terms and Conditions (To be completed by the Offeror):
1. Period of Performance OR Delivery Date After Receipt of Order:
2. Shipping Point (F.O.B. OR Destination):
3. Payment Discount Terms:
4. NIH BPA Number
5. SAM UEI No:
6. Name of Company:
7. Street Address, City, State, Zip code:
8. Name of Person Authorized to Provide Quote:
9. Telephone Number and Email Address of Person Authorized to Provide Quote:
Additional Terms and Conditions, Provisions, and Representations:
The FAR Clauses are incorporated by reference and are provided in full text at https://www.acquisition.gov/
1. FAR Provision 52.212-1 Instructions to Offerors-Commercial Items (Sept 2021) is applicable to this solicitation.
2. FAR Provision 52.212.2 Evaluation-Commercial Items (Oct 2014) is applicable to this solicitation. The Government will evaluate quotations or offers in accordance with FAR 13.106-2 and award a purchase order from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: Technical capability of the item offered to meet the Government requirement; Price; and Past performance [see FAR 13.106-2(b)(3)]
3. FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items (Feb 2021), is applicable to this solicitation
4. 4. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (November 2021), is applicable to this solicitation.
5. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (January 2022) is applicable to this solicitation. See attachment.
In addition, the following FAR provisions and clauses are applicable to this solicitation and incorporated by reference:
52.204-7 System for Award Management (Oct 2018),
52.204-13 System for Award Management Maintenance (Oct 2018),
52.204-16 Commercial and Government Entity Code Reporting (Aug 2020),
52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020),
HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015).
The following provisions and clauses apply to this acquisition and are incorporated as an attachment. Offerors MUST complete the provision at 52.204-24 and 52.204-26 and submit a completed copy as a separate document with their quotation.
1. FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020)
2. FAR 52.204-26, Covered Telecommunications Equipment or Services Representation (Oct 2020)
3. NIH Invoice and Payment Provisions
All responses must be received by June 09, 2022 at 10am EST and must reference announcement / solicitation number 22-009241. Responses may be submitted electronically to Randall Carter (Randall.carter@nih.gov). Fax responses will not be accepted.
Interested parties may identify in writing their interest and capability in response to this requirement. Responses to this notice shall contain sufficient information to establish the interested parties’ bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.
All responses must be received by closing date and must reference the announcement. Responses may be submitted electronically to the attention of the contract specialist. Fax responses will not be accepted.
All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.