NIA 23-000464

Submitted by mahonkg on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Maintenance Service Agreement for 3730XL DNA Analyzer
Contracting Office
National Institute on Aging (NIA)

Contact Points

Primary Contract Specialist

Lorraine
Gibbs
lorraine.gibbs@nih.gov

Secondary Contracting Officer

Wiwa
Lui
Wiwa.lui@nih.gov
NAICS Code Number
811219
Other Electronic and Precision Equipment Repair and Maintenance
Small Business Size Standard
$22M
FPDS Classification Code
J066
Estimated Period of Performance
11/16/22 to 11/15/23
Delivery of Goods
N/A
Competition Status
Competitive
Background/Description of Requirement

Acquisition Authority:  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 2022-05 dated October 25, 2022.

The purpose of this requirement is to procure preventative maintenance and support services for the Life Technologies-manufactured 3730XL DNA Analyzer owned and operated by the Laboratory of Neurogenetics (LNG), National Institute on Aging (NIA).

The 3730XL DNA Analyzer is used by LNG/NIA for DNA fragment analysis applications such as microsatellites, AFLP, SNP analysis, mutation detection and traditional DNA sequencing. It gets the highest quality data at a low cost per sample and requires maintenance to ensure continued full function and continuity of NIA research data.
 

Description:

The Contractor shall provide preventative maintenance and services for the 3730XL DNA Analyzer, serial # 33287-001, Requirements include:

  • Parts, labor and travel for remedial repair.
  • The number of planned maintenance visits is 1PM
  • Service technicians respond within 2 days of service call.
  • Target response time of 3 business days for remedial repairs
  • Telephone and email access to instrument technical support.
  • Telephone and email access to application technical support.
  • Remote Monitoring Service, which provides for remote notifications to customer of instrument failures or errors.
  • Replacement parts provided must be Original Equipment Manufacturer (OEM) certified.

Contractor shall schedule and perform onsite preventive maintenance from 8:00 am – 5:00 pm Monday through Friday, excluding Federal holidays.

LEVEL OF EFFORT:
One preventive maintenance Service Plan at fixed pricing is anticipated on an annual basis.


GOVERNMENT RESPONSIBILITIES

When the Contractor is on-site for maintenance and repair support provision, the Government will provide workspace as well as access to a desktop computer and telephone for Contractor needs related to this requirement.

The equipment is housed at NIH Main Campus, 9000 Rockville Pike, Building 35, Bethesda, MD 20892.

DELIVERY OR DELIVERABLES

The Contractor shall provide one report to the Government via email on a quarterly basis which details all maintenance and repair work performed for each instrument during the reporting period. The report shall be due on the last business day of each quarter.

 

REPORTING REQUIREMENTS
 

The contractor shall provide documentation regarding date of service and services performed.
 

TRAVEL:

No travel reimbursement is authorized for this requirement and is to be included as part of the service agreement

 

CONTRACT TYPE:

A Firm Fixed Price type order award not exceeding the Simplified Acquisition Threshold is anticipated to be awarded resulting from this requirement.

 

SUMMARY STATEMENT:

The Unique Entity Identifier (UEI), the Taxpayer Identification Number (TIN), certification of country of ownership, and the certification of business size must be included in the response.

 

All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.

 

Quoter Terms and Conditions (To be completed by the Offeror):

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. 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 (Nov 2021) is applicable to this solicitation. 

2. FAR Provision 52.212.2 Evaluation-Commercial Items (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: 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 (May 2022), 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. 

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 (Nov 2021) 
2. FAR 52.204-25, Prohibition on Contracting for Certain Video Surveillance Services or Equipment (Nov 2021)

3. FAR 52.204-26, Covered Telecommunications Equipment or Services Representation (Oct 2020)
4. NIH Invoice and Payment Provisions

 

All responses must be received by November 10, 2022 at 12:00pm EST and must reference announcement solicitation number NIA 23-000464. 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.