Contact Points
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 2022-08 dated October 28, 2022.
The National Institute on Aging owns an Azure Sapphire Biomolecular Imager IS2004. This equipment is used by the Laboratory of Behavioral Neuroscience and requires a service agreement to ensure continued full function and continuity of NIA research data. This is a continued need that has been required since the purchase of the biomolecular imager. Technical support and on-site service are essential for proper functioning.
Period of Performance:
Base Year: November 23, 2022 to November 22, 2023.
Option Year One: November 23, 2023 to November 22, 2024.
Option Year Two: November 23, 2024 to November 22, 2025.
Description: Specific Requirements:
The contractor shall provide preventive maintenance and service on the Azure Sapphire Biomolecular Imager IS2004, including:
- Direct telephone and email support; remote access troubleshooting.
- Software/Firmware updates.
- On-site service including technician travel costs, labor, shipping, cost of parts.
- Depot service including labor, shipping costs, and cost of parts.
- Emergency repair service as required during the hours of 8am to 5pm, Monday through Friday.
LEVEL OF EFFORT:
A service plan at fixed pricing is anticipated on an annual basis.
GOVERNMENT RESPONSIBILITIES
The government will schedule routine service and emergency calls as needed and schedule an appointment for the preventative maintenance and will grant facility access to the subject equipment. The unit is housed at Biomedical Research Center, 251 Bayview Boulevard, Baltimore, Maryland, 21224.
DELIVERY OR DELIVERABLES
Documentation shall be provided by the vendor to show they completed the service on the equipment and left with the NIA point of contact.
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:
- Shipping Point (F.O.B. OR Destination):
- Payment Discount Terms:
- 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:
- SAM UEI 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:
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/
- FAR Provision 52.212-1 Instructions to Offerors-Commercial Items (Nov 2021) is applicable to this solicitation.
- 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)]
- FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items (May 2022), is applicable to this solicitation
- FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (November 2021), is applicable to this solicitation.
- 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.
- FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)
- FAR 52.204-25, Prohibition on Contracting for Certain Video Surveillance Services or Equipment (Nov 2021)
- FAR 52.204-26, Covered Telecommunications Equipment or Services Representation (Oct 2020)
- NIH Invoice and Payment Provisions
All responses must be received by November 22, 2022 at 9:00 AM EST and must reference announcement / solicitation number 23-000972. Responses may be submitted electronically to Carla Blalock (carla.blalock@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.