NIA 22-09641

Submitted by mahonkg on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Service Contract for Zeiss LSM 780 Confocal Microscope System
Contracting Office
National Institute on Aging (NIA)

Contact Points

Primary Contract Specialist

Lorraine Dorcia
Gibbs
lorraine.gibbs@nih.gov
NAICS Code Number
811219
Other Electronic and Precision Equipment Repair and Maintenance
FPDS Classification Code
J066
Estimated Period of Performance
09/30/2022 – 09/29/2023
Competition Status
Competitive
Background/Description of Requirement

This acquisition is being conducted under Federal Acquisition Regulations (FAR) Part 13 – Simplified Acquisition Procedures, and the resultant contract award will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2202-07 dated August 10, 2022.

A Firm Fixed Price (FFP) Purchase Order award not exceeding the Simplified Acquisition Threshold is anticipated from any contract resulting from this requirement. 

This is to continue the service contract for NIA’s LSM 780 Confocal Microscope System. This requires a service and customer support plan which will supply all parts, labor and travel, software updates, phone and email support and one preventative maintenance (PM) for the LSM 780 Confocal Microscope System.

Period of Performance:

The contractor shall provide preventative maintenance services starting 09/30/2022 – 09/29/2023 . 

Scope of Work:

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:

Service technicians will provide emergency repair service, labor, travel, and replacement parts, excluding consumable items on our Zeiss 780 Confocal Microscope system. Contractor will provide one planned maintenance inspection per service period on our Zeiss 780 Confocal Microscope system annually.   Maintenance inspection will include upgrade of software.

LEVEL OF EFFORT:

Field service application specialists or equivalent who are OEM-factory certified will spend approximately two hours performing annual prevenative maintenance tasks.

GOVERNMENT RESPONSIBILITIES

The government will provide workspace, desktop computers and telephones for the service technician. 

DELIVERY OR DELIVERABLES

Timely submission of repair and maintenance essential to successful completion of this requirement.

 

REPORTING REQUIREMENTS

The contractor is required to provide written reports on repair and annual maintenance on the Zeiss 780 Confocal Microscope system.  

 

OTHER CONSIDERATIONS

Travel:

 

The principal place of performance is the Laboratory of Neurogenetics. Accordingly, reimbursable travel and per diem for the contractor’s employees performing work on a regular basis at this place of performance is not authorized. Any changes to this must be approved in advance by the contracting officer.

Key Personnel:

Key personnel must be original equipment manufacturer (OEM) factory-trained, authorized technicians.

Data Rights: 
Not required.

Publications and Publicity:
Not required.

Confidentiality of Information:
Not required.

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.    SAM 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:

 

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. FAR Provision 52.212-1 Instructions to Offerors-Commercial Items (Sept 2021) is applicable to this solicitation.

2. FAR Provision 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: Technical capability of the item offered to meet the Government requirement; Price; and Past performance [see FAR 13.106-2(b)(3)]

3. FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items (Feb 2021), is applicable to this solicitation 

4. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (November 2021), is applicable to this solicitation.

5. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2022) is applicable to this solicitation. See attachment. 

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),

HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015).

The following provisions and clauses apply to this acquisition and are incorporated as an attachment. Offerors MUST complete the provision 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)

3. NIH Invoice and Payment Provisions

All responses must be received by August 29, 2022 at 2pm EST and must reference announcement / solicitation number 22-009641. Responses may be submitted electronically to Lorraine Gibbs (lorraine.gibbs@nih.gov).  Fax responses will not be accepted.

 

 

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.