75N95022Q00529

Submitted by pluggern on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Maintenance Agreement for Axion Maestro Pro – COVID-19
Contracting Office
National Center for Advancing Translational Sciences (NCATS)

Contact Points

Primary Contract Specialist

Kevin
Alvarez
kevin.alvarez@nih.gov
NAICS Code Number
811219
Electronic repair and maintenance
Small Business Size Standard
$22.0M
FPDS Classification Code
J066
Estimated Period of Performance
9/1/2022 - 8/31/2023
Set-Aside Status
Not Set Aside
Competition Status
Non-Competitive
Vendor Name
Axion Biosystems
Vendor Address
1819 Peachtree Rd NE, Ste 350, Atlanta, GA, 30309
Single-Sole Source Determination
Axion Biosystems Inc. is the sole manufacturer of the Maestro Pro system that the Lab currently owns. The equipment must be maintained under a maintenance agreement with the manufacturer, as only factory-authorized and trained technicians can work on this equipment without voiding warranties or damaging sensitive electronics. Additionally, any spare parts utilized must be brand-name, which only the manufacturer can provide.
Background/Description of Requirement

REQUEST NUMBER: 75N95022Q00529

 

DATE ISSUED: August 16, 2022

 

ISSUED BY CONTRACTING OFFICE:  Department of Health and Human Services / National Institutes of Health / National Institute on Drug Abuse (NIDA)/ OA / 301 N Stonestreet Ave, Bethesda, MD 20892

 

FOR INFORMATION CONTACT:  Kevin Alvarez, kevin.alvarez@nih.gov

 

NORTH AMERICAN CLASSIFICATION SYSTEM (NAICS) CODE:  811219

 

SMALL BUSINESS SIZE STANDARD: $22.0M

 

SET-ASIDE STATUS: N/A

 

Competition Status:  This requirement is being conducted as a sole source procurement.

 

Non-Competitive (Single-sole Source (Including brand-name)) Determination: Axion Biosystems Inc. is the sole manufacturer of the Maestro Pro system that the Lab currently owns. The equipment must be maintained under a maintenance agreement with the manufacturer, as only factory-authorized and trained technicians can work on this equipment without voiding warranties or damaging sensitive electronics. Additionally, any spare parts utilized must be brand-name, which only the manufacturer can provide.

 

DATE QUOTATION DUE:

All responses to this RFQ must be received by 9:00 AM Eastern, on August 26, 2022 and must reference the request number cited above. Responses must be submitted electronically to the contact person cited above. Fax responses will not be accepted.

 

IMPORTANT: This is a request for quotations. If you are unable to quote, please so indicate in a reply email to the contract specialist cited herein.  This request does not commit the Government to pay any costs incurred in the preparation of the submission of this quotation or to contract for supplies or service. Supplies are of domestic origin unless otherwise indicated by quoter. Any representations and/or certifications attached to this Request for Quotation must be completed by the quoter.

 

Requirement Description

 

  • PASPM768PRO-OS Maintenance Agreement. Period of Performance: 9/1/2022 – 8/31/2023.

 

 

Delivery/Warranty

Offerors should indicate an estimated delivery time in full after receipt of an order and any other training or warranty or software licenses applicable. Inspection and acceptance will be performed at NCATS located at 9800 Medical Center Drive, Rockville, MD 20852.

 

An estimated number of days for delivery after receipt of an order must be specified in any quote submitted. Delivery terms anticipated for FOB-Destination shall apply.

 

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 August 31, 2022.

 

QUOTER TERMS AND CONDITIONS (to be filled out 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. Select One: 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. 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:

 

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 Products and Commercial Services (Nov 2021) is applicable to this solicitation.
        2. The provisions of FAR Clause 52.212.2 Evaluation—Commercial Products and Commercial Services (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:
                1. Technical capability of the item offered to meet the Government requirement;
                2. Past performance [see FAR 13.106-2(b)(3)].
        3. The provisions of FAR Clause 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services, is applicable to this solicitation.
        4. The provisions of FAR Clause 52.212-4, Contract Terms and Conditions—Commercial Products and Commercial Services, applies to this acquisition.
        5. The provisions of FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items is applicable to this solicitation:

 

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).

52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services of Equipment (Nov 2021)

HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015).

52.212-4(g), Invoice, is supplemented by the NIH Invoice and Payment Instructions (4/2022).

 

Offerors MUST complete the provision at 52.204-24 (attached) and submit a completed copy as a separate document with their quotation.

 

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 a QUOTATION that includes: unit price, list price, total price, any 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.

 

HHS reserves the right to exercise priorities and allocations authority with respect to this contract, to include rating this order in accordance with 45 CFR Part 101, Subpart A - Health Resources Priorities and Allocations System.

 

Attachments:

  1. FAR 52.212-5
  2. Copy of FAR 52.204-24, to be completed and submitted by offeror
  3. Invoice and payment provisions
  4. Wage determination 2015-4472

 

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.