23-007603

Submitted by mahonkg on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Service and Maintenance Agreement for Zeiss LSM 900/Axio Imager Z2 Confocal Microscope with Airyscan
Contracting Office
National Institute on Aging (NIA)

Contact Points

Primary Contract Specialist

Randall
Carter
randall.carter@nih.gov
NAICS Code Number
811210
Other Electronic and Precision Equipment Repair and Maintenance
Small Business Size Standard
$34M
FPDS Classification Code
J066
Estimated Period of Performance
5/15/2023 - 5/14/2024
Set-Aside Status
Not Set Aside
Competition Status
Competitive
Background/Description of Requirement

Acquisition Authority:  This acquisition is being conducted under Federal Acquisition Regulations (FAR) Part 13 – Simplified Acquisition Procedures and FAR Part 12—Acquisition of Commercial Items, and the resultant contract award will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2032-02 dated March 16, 2023.

The purpose of this acquisition is to procure a preventive maintenance and service agreement for the Zeiss LSM 900/Axio Imager.Z2 Confocal Microscope System with Airyscan, owned and operated by the National Institute on Aging (NIA), and the Translational Gerontology Branch (TGB). 

Description:

The Contractor shall provide the following preventative maintenance services on the Zeiss LSM 900/Axio Examiner .Z2 Requirement includes:

  • All covered replacement parts: ZEISS Hardware: Microscope Axio Observer 7; Scan Module(s); Spectral Detectors GAsP and PMTs; NDDs; Laser Module(s) including 405/440nm CW Laser; Electronics Controller; System Table, Colibri Source and Detectors, Airyscan Detector
  • Service technicians will provide the covered replacement parts required to perform the Service(s) (“Part(s)”). Part(s) may be new or rebuilt , but will always meet original Equipment specifications.

LEVEL OF EFFORT:

One preventive maintenance Service Plan at fixed pricing is anticipated on an annual basis.

GOVERNMENT RESPONSIBILITIES:

The government will schedule routine service and emergency calls as needed and schedule an appointment for the preventative maintenance.

REPORTING REQUIREMENTS:

Documentation shall be provided by the vendor to show they completed the preventive and any other service on the equipment.  The service ticket shall describe the work performed during the service visit and given to the NIA point of contact (POC) for signature, and a copy of the ticket is to be left with the POC.

The documentation will cover any problems encountered, problem resolution, unresolved problems, software updates, and any miscellaneous issues observed.

A detailed written report of any service and\or preventative maintenance shall be submitted to the NIA POC within 24 hours of service being completed.

TRAVEL:

The principal place of performance is the BRC Building. Accordingly, reimbursable travel and per diem for the contractor’s employees performing work on a regular basis at this place of performance is not authorized. Any changes to this must be approved in advance by the Contracting Officer

KEY PERSONNEL:

Key personnel must be original equipment manufacturer (OEM) factory-trained, authorized technicians.

Contract Type:  A Firm Fixed Price type order award not exceeding the Simplified Acquisition threshold is anticipated to be awarded resulting from this requirement.

SUMMARY STATEMENT:

The Unique Entity Identifier (UEI), the Taxpayer Identification Number (TIN), certification of country of ownership, and the certification of business size must be included in the response.

All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.

For equipment/parts/supply requirements under this requirement, if applicable, responses must include: the place of manufacturing (i.e., address if supply/equipment is a domestic end product and include country of manufacture).

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. Open Market; GSA FSS Contract Number; Other Government Agency (OGA) Contract Number, Government-wide Agency (GWAC) Contract Number; or National Institute of Health (NIH) Blanket Purchase Agreement (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 (March 2023) is applicable to this solicitation. 

2. FAR Provision 52.212.2 Evaluation-Commercial Items (Nov 2021) 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 (December 2022), is applicable to this solicitation 

4. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (December 2022), 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 (March 2023) is applicable to this solicitation. 

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 (Nov 2021) 
2. FAR 52.204-25, Prohibition on Contracting for Certain Video Surveillance Services or Equipment (Nov 2021)

3. FAR 52.204-26, Covered Telecommunications Equipment or Services Representation (Oct 2020)
4. NIH Invoice and Payment Provisions

All responses must be received by 5/10/2023 at 4:00pm EST and must reference announcement / solicitation number NIA 23-007603. 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.