Contact Points
Primary Contract Specialist
Brea, CA 92821-6232
Statement of Need and Purpose:
This request is to acquire maintenance renewal for an existing equipment, the Beckman i7 Dual Hybrid Genomics Workstation. The Beckman i7 Dual Hybrid Genomics Workstation is a liquid handler for the entire operation of the Stem Cell Translation Laboratory (SCTL) within the National Center for Advancing Translational Sciences (NCATS) Division of Preclinical Innovation (DPI). It is used in next generation sequencing (NGS) applications, including RNAseq, ATACseq, Exome sequencing, whole genome sequencing and targeted sequencing library preparation. The workstation provides reliability, accuracy, and efficiency to increase confidence of NGS sample preparation and walk-away time.
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 below:
Specific Requirements:
The vendor shall provide the following:
Standard Depot Service Plan:
- Proactive service approach to maximize uptime and improve profitability
- On-site labor, travel, and parts during Beckman's normal business hours (Charges according to agreement type)
- Priority on-site service support and technical phone support
- Additional key operator training available during Beckman's regular service visits (Charges according to agreement type)
- Annual scheduled preventative maintenance visit performed to factory specs
- Fixed maintenance costs (Charges according to agreement type)
- Service provided by the only authorized and factory-certified BCI technicians
- Includes engineering modifications supported by 33,000 genuine new parts
Level of Effort:
Personnel handling warranty and preventative maintenance should be factory-certified BCI technicians.
Government Responsibilities:
Government will provide access to instrument as well as following vendor’s guidelines for notification of sudden issues that arise and require field service technician.
Quoter Terms and Conditions (To be completed by the Offeror):
- Period of Performance OR Delivery Date After Receipt of Order:
- Shipping Point (F.O.B. OR Destination):
- Payment Discount Terms:
- NIH BPA Number
- DUNS No:
- Name of Company:
- Street Address, City, State, Zip code:
- Name of Person Authorized to Provide Quote:
- 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 18, 2020.
PERIOD OF PERFORMANCE: September 27, 2020 thru September 26, 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 (JUN 2020) 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:
a) Technical capability of the item offered to meet the Government requirement;
b) Price; and
c) Past performance [see FAR 13.106-2(b)(3)].
3. The provisions of FAR Clause 52.212-3, Offeror Representations and Certifications—Commercial Items (Aug 2020), 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 (Aug 2020) is applicable to this solicitation:
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)
52.232-33 Payment by Electronic Funds Transfer-- System for Award Management (Oct 2018)
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)
The following provisions and clauses apply to this acquisition and are incorporated as an attachment. Offerors MUST complete the provisions at 52.204-24 and 52.204-26 and submit completed copies as separate documents with their quotation.
1. FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020)
2. FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation (Dec 2019)
3. Interim Invoice and Payment Provisions (4/2020)
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.