75N95021Q00369

Submitted by mahonkg on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Service agreement coverage for NovoCyte Quanteon
Contracting Office
National Center for Advancing Translational Sciences (NCATS)

Contact Points

Primary Contract Specialist

Hashim
Dasti
hashim.dasti@nih.gov

Secondary Contracting Officer

Karen
Mahon
karen.mahon@nih.gov
NAICS Code Number
811219
Other Electronic and Precision Equipment Repair and Maintenance
Small Business Size Standard
$22 Million
FPDS Classification Code
J066 - Maint/repair/rebuild Of Equipment- Instruments and Laboratory Equipment
Estimated Period of Performance
09/10/2021 – 09/09/2022
Delivery of Goods
Contractor is responsible for providing the evaluation and repairs, including labor, parts and materials as required.
Set-Aside Status
Not Set Aside
Competition Status
Non-Competitive
Vendor Name
Agilent Technologies, Inc.
Vendor Address
2850 Centerville Rd.
Wilmington, DE 19808-1610
Single-Sole Source Determination
This is a service contract for the existing instrument NovoCyte Quanteon. Only the manufacturer can provide this service because of the unique feature of this instrument.
Background/Description of Requirement

General Requirements:
Service coverage for one year consisting of preventative maintenance, service support, and technical phone support for NovoCyte Quanteon instrument #64-1-1812-1039-6 in TRND Bio

Specific Requirements:
1. Preventative maintenance:
Contractor shall perform one (1) preventive maintenance inspection during the contract period. A factory trained Field Service representative shall perform service. Service shall consist of, but not limited to, inspection, examination of all functioning parts, thorough cleaning, proper lubrication, replacement or repair of worn or unserviceable parts, adjustment and calibration made with the expressed intent of maintaining the instrument to the manufacturer’s original specifications. When necessary, this includes complete dismantling, parts replacement, reassembly and thorough testing and adjusting.

2. Emergency service:
Contractor shall provide emergency repair service on an unlimited basis during the term of this contract at no additional cost to the Government between 8:00 am and 5:00 pm Monday through Friday excluding weekends and Federal holidays. Upon receipt of notice, either lab managers or PI will initiate (notice) that any part of the equipment is not functioning properly, the Contractor shall furnish a factory-trained service representative to inspect the equipment and perform all repairs and adjustments necessary to restore the equipment to normal and efficient operating condition.

3. Replacement parts:
The contractor shall furnish all required replacement parts at no additional cost to the Government, with the exception of consumable parts. Parts shall be new or remanufactured to original equipment specifications.

Period of Performance:
09/10/2021 – 09/09/2022

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. DUNS 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:

Contract Type:
A Fixed-Price type of Purchase Order award not exceeding the Simplified Acquisition Threshold is anticipated for any contract resulting from this requirement. The anticipated award date is September 10, 2021.

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. The provisions of FAR Clause 52.212-1 Instructions to Offerors—Commercial Items (Jul 2021) is applicable to this solicitation.
  2. The provisions of FAR Clause 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:
    1. Technical capability of the item offered to meet the Government requirement;
    2. Price; and
    3. Past performance [see FAR 13.106-2(b)(3)].
  3. The provisions of FAR Clause 52.212-3, Offeror Representations and Certifications—Commercial Items (Feb 2021), is applicable to this solicitation.
  4. The provisions of FAR Clause 52.212-4, Contract Terms and Conditions—Commercial Items (OCT 2018) with Addenda: Stop Work Order, FAR Clause 52.242-15 (August 1989) is applicable to this solicitation.
  5. The provisions of FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items (Jul 2021) is applicable to this solicitation:

52.219-28 Post Award Small Business Program Rerepresentation (Nov 2020)
52.222-3 Convict Labor (Jun 2003)
52.222-19 Child Labor-Cooperation With Authorities and Remedies (Jan 2020)
52.222-21 Prohibition of Segregated Facilities (Apr 2015)
52.222-26 Equal Opportunity (Sep 2016)
52.222-36 Equal Opportunity for Workers With Disabilities (Jun 2020)
52.222-50 Combating Trafficking in Persons (Jan 2019)
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020)
52.225-13 Restrictions on Certain Foreign Purchases (Feb 2021)
52.232-33 Payment by Electronic Funds Transfer-- System for Award Management (Oct 2018)
52.222-51 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration or Repair of Certain Equipment – Requirements (May 2014)

In addition, the following FAR provisions 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).

The following provisions and clauses apply to this acquisition. Offerors MUST complete the provisions 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)

SUMMARY STATEMENT:
Responses to this notice must include sufficient information to establish the interested parties’ bona-fide capabilities of providing the product or service.  The response shall include: the unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision.  Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations.

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.