75N95024Q00056

Submitted by whipple on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Repair and service of Shimadzu chromatography system NIH property 01669923
Contracting Office
National Institute of Neurological Disorders and Stroke (NINDS)

Contact Points

Primary Contract Specialist

Morgen
Slager
morgen.slager@nih.gov
NAICS Code Number
811210
Service technician to physically come in, and perform an onsite diagnosis, along with cleaning up the instrument and complete repair plus supply all parts that are needed.

CBM-20A L20234551224
LC-20AD L201045511970
PROMINENCE LPGE UNIT L20264560452
DGU-20A5 SSI50856
SIL-20ACHT, L20354555107
SPD-20A L20134550502
RF-10AXL C20954550931
RF-20AXS Fluorescence Detector L20505550307
FCV-12AH C20434550172
LabSolutions Workstation Software Single LC (LC x1) - Electronic
Small Business Size Standard
$34 million
FPDS Classification Code
J066
Estimated Period of Performance
2 weeks ARO
Single-Sole Source Determination
Only this source can meet the requirement due to proprietary parts and information and uniquely qualified personnel to perform this work.
Background/Description of Requirement

Title: Repair and service of Shimadzu chromatography system NIH property 01669923

ISSUED BY CONTRACTING OFFICE:  Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse (NIDA), Office of Acquisition (OA)

FOR INFORMATION CONTACT: Morgen Slager, morgen.slager@nih.gov 

NORTH AMERICAN CLASSIFICATION SYSTEM (NAICS) CODE: 811210 - Electronic and Precision Equipment Repair and Maintenance

CLASSIFICATION CODE:  J066 - Maint/repair/rebuild Of Equipment- Instruments and Laboratory Equipment

SMALL BUSINESS SIZE STANDARD$34 Million

SET-ASIDE STATUS: The proposed acquisition is single sourced with no set-aside restrictions.

COMPETITION STATUS:  This requirement is non-competitive

JUSTIFICATION: Only this source can meet the requirement due to proprietary parts and information and uniquely qualified personnel to perform this work.

Date Quotation Due: All responses to this request for quote must be received by 3:00 PM Eastern Standard Time, on December 12, 2023 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 point of contact cited herein.  This request does not commit the Government to pay any costs incurred in the preparation of the submission of a 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.

Description of Requirement:

General Requirements:

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.

Specific Requirements:

Service technician to physically come in, and perform an onsite diagnosis, along with cleaning up the instrument and complete repair plus supply all parts that are needed.

CBM-20A L20234551224 

LC-20AD L201045511970 

PROMINENCE LPGE UNIT L20264560452 

DGU-20A5 SSI50856 

SIL-20ACHT, L20354555107 

SPD-20A L20134550502 

RF-10AXL C20954550931 

RF-20AXS Fluorescence Detector L20505550307 

FCV-12AH C20434550172 

LabSolutions Workstation Software Single LC (LC x1) - Electronic

Period of Performance:

2 weeks ARO

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.            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:

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 December 15, 2023.

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 provision at FAR 52.212-1 Instructions to Offerors—Commercial Products and Commercial Services (Sep 2023) is applicable to this solicitation. 
  2.             The provision at FAR 52.212-2 Evaluation—Commercial Products and Commercial Services (Nov 2021) is applicable to this solicitation. The Government will evaluate quotations 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)].
      1.             The provision at FAR 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services (Nov 2023), is applicable to this solicitation. 
      2.             The clause at FAR 52.212-4, Contract Terms and Conditions—Commercial Products and Commercial Services (Nov 2023)
      3.             The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Products and Commercial Services (Dec 2023) is applicable to this solicitation and the Contractor shall comply with the FAR clauses below that the Contracting Officer has indicated as being incorporated in this contract:

52.203-17 Contractor Employee Whistleblower Rights (Nov 2023)
52.204-27 Prohibition on a ByteDance Covered Application (Jun 2023)
52.219-28 Post Award Small Business Program Rerepresentation (Sep 2023)
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)

52.222-50 Combating Trafficking in Persons (Nov 2021)

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)

52.222-41 Service Contract Labor Standards (Aug 2018)

52.222-42 Statement of Equivalent Rates for Federal Hires (May 2014)

52.222-44 Fair Labor Standards Act and Service Contract Labor Standards—Price Adjustment (May 2014)

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 and clauses are applicable to this solicitation and are 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).

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.