75N95023Q00388

Submitted by pluggern on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Annual Fullcare Instrument Service contract for GE Healthcare instruments, now Cytiva, BC S200 SPR-based Sensor. S/N 29136649-2522670
Contracting Office
National Center for Advancing Translational Sciences (NCATS)

Contact Points

Primary Contract Specialist

Chandani
Hangilipola
chandani.hangilipola@nih.gov
NAICS Code Number
811210
This request is for a service contract to cover an important instrument and ensure that it is always in operational status. Because this system is such a key tool in our entire operation, it is necessary that it is operating correctly with as little down time as possible. Parts and accessory items must be compatible with this existing equipment. In the attempt to avoid excessive and costlier down time due to equipment failure we must use the services provided by this company.
This instrument is used on a daily basis and requires yearly preventative maintenance checkups as well as service coverage in case of instrument failure. This contract request is for an instrument manufactured by GE Healthcare, now Cytiva. This sensor is on the Kalypsys robot and is used on a 24/7 basis. Any failure would require immediate professional assistance by the OEM manufacturer (GE Helathcare).
Small Business Size Standard
$34.0 Million
FPDS Classification Code
6505
Estimated Period of Performance
12 Months
Set-Aside Status
Not Set Aside
Competition Status
Non-Competitive
Vendor Name
Global Life Sciences Solutions USA LLC
Vendor Address
100 Results Way
Marlborough, MA 01752-3078
Single-Sole Source Determination
This acquisition is conducted as non-competitive for a commercial item or service and is conducted pursuant to FAR 13.106-1(b)(1). The rationale for this sole single-source justification is the only source for certified, factory trained service professionals on Global Life Sciences Solutions, USA, LLC equipment and access to the latest service and support information.
Background/Description of Requirement

This request is for a service contract to cover GE Healthcare instruments, now Cytiva, BC S200 SPR-based Sensor. S/N 29136649-2522670 and ensure that it is always in operational status. Because this system is such a key tool in our entire operation, it is necessary that it is operating correctly with as little down time as possible. Parts and accessory items must be compatible with this existing equipment. In the attempt to avoid excessive and costlier down time due to equipment failure we must use the services provided by this company.
This instrument is used on a daily basis and requires yearly preventative maintenance checkups as well as service coverage in case of instrument failure. This contract request is for an instrument manufactured by GE Healthcare, now Cytiva. This sensor is on the Kalypsys robot and is used on a 24/7 basis. Any failure would require immediate professional assistance by the OEM manufacturer (GE Healthcare), as per the specific requirements of the attached STATEMENT OF WORK.


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. 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 provision at FAR clause 52.212-1, Instructions to Offerors – Commercial Products and Commercial Services (Mar 2023), applies to this acquisition.
The Quoters are to include a completed copy of the attached provision at FAR 52.212-3, Offeror Representations and Certifications- Commercial Products and Commercial Services (Dec 2022), with its quote.
The Offeror shall complete only paragraph (b) of the FAR 52.212-3 provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (v) of the FAR 52.212-3 provision.
If applicable, the following FAR Provision Representations and Certifications must be completed, signed, and returned by the quoters with its quote pursuant to FAR 4.2103
Procedures:
• FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) – Attached.
• FAR 52.204-26 Covered Telecommunications Equipment or Services -Representation (Oct 2020) – Attached.
The clause at FAR 52.212-4, Contract Terms and Conditions—Commercial Products and Commercial Services (Dec 2022) applies to this acquisition. Addendum to this FAR clause applies to this acquisition and is attached. The additional contract terms and conditions are as follows.
• FAR 52.212-4(g), Invoice, is supplemented by:
o Invoice Instructions with and without IPP – Attached
The clause at FAR 52.212-5 Contract Terms and Conditions—Commercial Products and Commercial Services (Jun 2023) applies to this acquisition and is attached in full text.
The following additional contract requirement(s) or terms and conditions as determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices.
The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at these addresses: https://www.acquisition.gov/browse/index/far https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html (End of provision)
The following provisions apply to this acquisition and are incorporated by reference:
• FAR 52.204-7, System for Award Management (Oct 2018)
• FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020)
• FAR 52.212-1, Instructions to Offerors—Commercial Products and Commercial Services (Mar 2023)
• 52.222-48 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Certification. (May 2014)
• HHSAR 352.239-73 Electronic Information and Technology Accessibility Notice (December 18, 2015)
The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. 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 these addresses:
https://www.acquisition.gov/browse/index/far https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html
(End of clause)
The following clauses apply to this acquisition and are incorporated by reference:
• FAR 52.204-13, System for Award Management Maintenance (Oct 2018)
• FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020)
• FAR 52.212-4 Contract Terms and Conditions—Commercial Products and Commercial Services (Dec 2022)
• HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015)
• HHSAR 352.239-74 Electronic and Information Technology Accessibility (December 18, 2015)
The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.
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.
ATTACHMENTS
- Statement of Work (SOW)
- FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)
- FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation (Oct 2020)
- Addendum to FAR 52.212-4 Terms and Conditions – Commercial Items
- FAR 52.212-5, Contract Terms and Conditions—Commercial Products and Commercial Services (Jun 2023)
- Invoice Instructions with and without IPP

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.