NIA 23-006087

Submitted by mahonkg on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Preventive maintenance agreement for the DragonFly discovery 3-head DFD228 and Mosquito PB5068 instruments
Contracting Office
National Institute on Aging (NIA)

Contact Points

Primary Contract Specialist

Randall
Carter
randall.carter@nih.gov
NAICS Code Number
811210
Other Electronic and Precision Equipment Repair and Maintenance
Small Business Size Standard
$30M
FPDS Classification Code
J066
Estimated Period of Performance
4/08/2023 through 4/07/2024
Set-Aside Status
Not Set Aside
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 FAR Part 12—Acquisition of Commercial Items, and the resultant contract award will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2032-02 dated March 16, 2023.

The Laboratory of Clinical Investigation (LCI), National Institute on Aging (NIA) requires a  preventive maintenance  agreement from April 8th 2023 to April 7th 2024 for the proper functioning of the DragonFly discovery 3-head DFD228 and Mosquito PB5068 instruments.  These units are vital to the continuation of the proteomic analysis using the Olink kits performed by the lab. Without these instruments in a proper functioning state, the proteomics analysis of multiple matrices would come to a halt and cost unnecessary delay in analysis.

Description: 

The Contractor shall provide the following preventative maintenance services on the Mosquito performed by SPT Labtech-certified engineers:

  • visual inspection of the instrument to check for any damage or obvious signs of wear
  • full calibration and alignment check, re-calibration and alignment if necessary to maintain reproducibility
  • sensors test – ensure all are in perfect working order
  • check tape indexing is smooth and tip feed is consistent
  • apply lubrication and perform thorough check of mechanical set-up
  • comprehensive check and backup of instrument settings
  • verification of drop placement on users labware
  • functionality test of safely interlocks
  • instrument tuned back to factory set up standards
  • software updates when required

The Contractor shall provide the following preventative maintenance services on the Dragonfly performed by SPT Labtech-certified engineers:

  • carry out visual inspection of equipment
  • full calibration and alignment check, re-calibration and alignment if necessary
  • check all sensors
  • check syringe interlock circuitry
  • lubrication and mechanical set-up
  • check solenoid firing performance
  • check software is of current release.
  • check and backup instrument settings

LEVEL OF EFFORT:

  • One preventive maintenance Service Plan at fixed pricing is anticipated on an annual basis.

GOVERNMENT RESPONSIBILITIES:

  • The government will provide workspace for the preventative maintenance. The instruments are currently located in the BRC Building, 251 Bayview Blvd., Room 08C014A Lab, Baltimore, MD 21224 and vendor will be given access to the room at the time of maintenance.

REPORTING REQUIREMENTS:

The Vendor shall submit reports after each work visit or completed deliverable, if any.

TRAVEL:

The principal place of performance is the BRC/08B014A Lab. All Travel associated with the regular maintenance and demand on site visits are covered in the cost of the total contract.  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:

In order to service the DragonFly and Mosquito Instruments, OEM-certified Engineers that are trained and authorized to service these instruments are required. 

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.

For equipment/parts/supply requirements under this requirement, if applicable, responses must include: the place of manufacturing (i.e., address if supply/equipment is a domestic end product and include country of manufacture).

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 (March 2023) 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 (December 2022), is applicable to this solicitation 

4. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (December 2022), 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 (March 2023) 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 April 03, 2023 at 10:00am EST and must reference announcement / solicitation number NIA 23-006087. Responses may be submitted electronically to Randall Carter (Randall.carter@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.