NIA 23-010062

Submitted by mahonkg on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Service Maintenance for XFe96 Flux 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
811210
Electronic and Precision Equipment Repair and Maintenance
Small Business Size Standard
$34M
FPDS Classification Code
J066
Estimated Period of Performance
9/1/2023 – 08/31/2024
Delivery of Goods
N/A
Competition Status
Non-Competitive
Vendor Name
Agilent Technologies, Inc.
Vendor Address
2850 Centerville Road,
Wilmington DE, 19808-1610, United States.
Single-Sole Source Determination
Statutory Authority: This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13—Simplified Acquisition Procedures, Subpart 13.106-1 (b) (1), Soliciting from a single source and is not expected to exceed the simplified acquisition threshold. Contracts awarded using FAR Part 13—Simplified Acquisition Procedures and at a dollar value less than the simplified acquisition threshold are exempt from the requirements of FAR Part 6—Competition Requirements.

This notice of proposed acquisition is posted as an intent to award a FFP contract on a non-competitive basis to Agilent Technologies, for Service Maintenance for the Seahorse XFe96 Analyzer. The essential characteristics of the maintenance contract for the Seahorse XFe96 Analyzer that limit the availability to a sole source are that the XFe96 is a one-of-a-kind state of the art instrument that measures multiple mitochondrial functions of intact cells. Functions include rate of mitochondrial respiration, mitochondrial respiratory capacity, rate of glycolysis, and total ATP production. There is no other instrument available on the market today that provides the above-mentioned properties in intact cells. Only this suggested source can furnish the requirements, to the exclusion of other sources, because it is the sole manufacturer of the instrument and is also the sole supplier of all the parts, reagents, and technical support related to this instrument.

Background/Description of Requirement

This acquisition is being conducted under Federal Acquisition Regulation (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 2023-04 dated June 2, 2023

 The purpose of this acquisition is to procure service maintenance for the Seahorse XFe96 Analyzer which is owned and operated by the National Institute on Aging (NIA). 

The Laboratory of Genetics and Genomics (LGG) requires a service maintenance contract on the Seahorse XFe96 Analyzer for continuous functional running and preventative maintenance to ensure a long life for the machine.  Many labs in LGG are currently using this machine for their experiments.  The Seahorse XFe96 Analyzer needs to be under a service contract so that preventative maintenance is routinely done on the machine for consistent running conditions, as well as keeping current with software updates and routine maintenance.

General Requirements:

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:

The contractor shall service and perform preventative maintenance on the Seahorse XFe96 Analyzer, provide 1 PM per year, and service as needed throughout the contract year as specified below.

The contractor will provide all-inclusive repair for rapid problem resolution with minimal disruptions to lab operations. Yearly scheduled preventative maintenance to ensure peak performance. The coverage will include real-time remote diagnostics and predictive support technology with detailed asset reporting, to optimize instrument availability and workflow efficiency. Coverage will include travel and labor.  Any repair parts that are required will be covered under the cost of the service plan.  This will include parts that need replacing due to normal wear and tear and usage of the instrument.  Both technical hardware and software support are included. 

Level of Effort:

Maintenance (approximately 8 hours labor) will be included, as well as unlimited access to any additional support required as determined by the service technician throughout the year. The service agreement will cover the entire system and include:

 

•           Unlimited telephone support, hardware/software

•           All Repairs Performed by the contractor’s Certified Engineers

•           Travel to your facility

•           Labor

•           The contractor’s Certified Parts required for repairs

•           Consumables used during repairs

•           Annual preventative maintenance visit

•           Consumables used during preventive maintenance

•           The contractor’s service guarantee

 

GOVERNMENT RESPONSIBILITIES

The government will be responsible for providing access to the building and the room in which the instrument resides. We will ensure that the instrument is decontaminated from any biological or chemical pollutants. The government will review and approve all service performed on the instrument and be sure that the instrument is in full working order after any service has been performed.

 

DELIVERY OR DELIVERABLES

The government will receive any parts that require delivery to the location of the instrument and will accept documentation pertaining to the service of the instrument.

 

REPORTING REQUIREMENTS

The contractor will provide a final report on all service performed on the instrument.

 

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):

 

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, if applicable:

 

5. SAM UEI Number:

 

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:

 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).

  

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 (June 2023) is applicable to this solicitation

 

In addition, the following FAR provisions and clauses are applicable to this solicitation and incorporated by reference:

 

1. 52.204-7 System for Award Management (Oct 2018),

 

2. 52.204-13 System for Award Management Maintenance (Oct 2018),

 

3. FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020),

 

4. 52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020),

 

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

 

6.  FAR 52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023)

  

The following provisions and clauses apply to this acquisition and are available as an attachment. Offerors MUST complete the provision at 52.204-24 and 52.204-26 and submit completed copies as separate documents 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 Telecommunications and Video Surveillance Services or Equipment (Nov 2021)

 

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

 

4. NIH Invoice and Payment Provisions

 

 

All responses must be received by August 28, 2023, at 5PM and must reference announcement / solicitation number NIA 23-0010062. Responses may be submitted electronically to Lorraine Gibbs at Lorraine.Gibbs@nih.gov Fax responses will not be accepted.

All responsible sources may submit response which, if timely received, must be considered by the agency.”

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.