Contact Points
Wilmington DE 19808-610, USA
This notice of proposed acquisition is posted as an intent to award a firm-fixed price service contract on a non-competitive basis to Agilent Technologies, Inc. for repairs to LCMS Single Quad Value Line SN# SG13084103 that must be performed by Agilent OEM certified technicians. In order for the lab to maintain the integrity of the data that has already been generated and analyzed, it is imperative that the LCMS Single Quad Value Line remain operational. Services must be performed by Agilent service representatives to avoid invalidating current warranties.
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 2023-04 dated June 2, 2023.
The purpose of this acquisition is to procure a one-time repair of the LCMS Single Quad Value Line that is housed at the Laboratory of Clinical Investigation (LCI) at the National Institute on Aging (NIA). The National Institute on Aging (NIA), Translational Gerontology Branch (TGB) has a piece of LCMS equipment that requires the LCI for bioanalysis. The machine is currently non-functional, which has resulted in significant delay in analysis of important laboratory samples. The lab is unable to continue research projects without the machine.
Place of Performance: The place of performance shall be the NIA site located at 251 Bayview Blvd., 8th Floor., Rm. 08C009, Baltimore, MD 21224.
SCOPE OF WORK
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: Repair of the LCMS Single Quad machine.
Specific Requirements:
- The contractor shall provide one-time repair with replacement of parts within 60 days of award. The contractor shall provide one (1) onsite visit.
- The contractor shall provide replacement parts to include a new Pfeiffer split flow pump part #PMP03627F with installation.
- The contractor shall provide a full function check and component retrofits will be carried out if necessary.
LEVEL OF EFFORT: The contractor shall cover parts, labor and travel for remedial repairs.
GOVERNMENT RESPONSIBILITIES: The government will provide the workspace for the repair. The machine is currently located at the NIA BRC Building, Suite 100, Room 08B014, 251 Bayview Blvd, Baltimore, MD 21224 at the TGB lab. The vendor will have access to the room at the time of maintenance.
DELIVERY OR DELIVERABLES: The contractor will cover parts, labor, and travel for remedial repairs. Also provided are priority response times of up to three (3) business days, priority phone/email access to instrument and application technical support.
OTHER CONSIDERATIONS
TRAVEL: All travel associated with the regular maintenance, is covered in the cost of the total contract.
KEY PERSONNEL: The contractor will provide certified technicians who are capable of performing any service to 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):
- Period of Performance OR Delivery Date After Receipt of Order:
- Shipping Point (F.O.B. OR Destination):
- Payment Discount Terms:
- NIH 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 (Mar 2023) 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 (Dec 2022), is applicable to this solicitation.
- FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (Dec 2022), is applicable to this solicitation.
- FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jun 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)
- FAR 52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023)
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 completed copies as separate documents 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 Telecommunications and 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 September 15, 2023, at 12:00 pm EST and must reference announcement/ solicitation number NIA-23-011109. 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.