Contact Points
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 2022-08 dated October 28, 2022.
The purpose of this requirement is to purchase a service agreement for the Fujifilm Vevo 3100 Ultrasound Machine. The Fujifilm Vevo 3100 Ultrasound Machine is used by multiple groups within the Laboratory of Cardiovascular Services (LCS) in the National Institute on Aging (NIA) Intramural Research Program (IRP) for hundreds of animals per month. Preventative maintenance is essential to ensure continued operability and allow for data collection.
The National Institute on Aging owns an Ultrasound Machine manufactured by Fujifilm Visual Sonic. The Fujifilm Vevo 3100 Ultrasound Machine was purchased in 2016. The machine is used to evaluate the heart in models of aging and disease. A service agreement including preventive maintenance is required to ensure its continued operation at optimal performance levels.
The Contractor shall provide a one-year service agreement including:
- Discounted cost coverage for parts, labor, and travel for all Vevo 3100 products including MX transducers.
- A preventative maintenance visit for the one-year coverage period.
- Initial response time via telephone or e-mail is guaranteed within 24 hours.
- Telephone and email-based technical and application support provided five (5) days/week, 9am – 5pm EST.
- Includes travel and overtime labor, if required.
LEVEL OF EFFORT:
Labor will be determined by the extent of any technical issues, and the routine duration of a preventive maintenance (PM) visit one time during the year.
GOVERNMENT RESPONSIBILITIES: The Government will provide access to the machine and escort the contractor into the facility to perform the service agreement. Work will need to be performed Monday through Friday from 9am to 5pm and excludes Federal holidays.
DELIVERY OR DELIVERABLES:
The contractor has three (3) weeks to deliver the final deliverable from date of receipt of the government’s comments.
REPORTING REQUIREMENTS
Government will be present with contractor and will confirm machine is operating correctly. A written report of repairs made will be required.
Travel:
As specified in the Service Agreement (SA), travel for the contractor will be paid. The number of trips will be determined after evaluation of the machine is performed. The anticipated travel duration is one (1) day.
Key Personnel:
The service will be provided by a certified original equipment manufacturer (OEM) factory trained, authorized technician who has been trained.
Contract Type:
A Firm Fixed Price (FFP) Purchase Order award not exceeding the Simplified Acquisition Threshold is anticipated from any contract 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):
1. 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 (Mar 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 (Dec 2022), is applicable to this solicitation
4. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (Dec 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 May 10, 2023, at 5:00pm EST and must reference announcement solicitation number 23-006513. 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.
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.