Contact Points
MELVILLE, NY 11747-3001
NIA owns a Nikon Spinning Disk Confocal System, which requires frequent visits from service technicians to ensure the unit is functioning properly, and we continue to obtain consistent data and results for our many experiments. Nikon is the only vendor with requisite parts, inventory, and technical expertise to meet our requirements. Our research requires continuous use of this instrument and this vendor has maintained the instrument since the expiration of it warranty in accordance with factory specification. Consequently, changing vendors could introduce interruptions in ongoing studies. Additionally, Nikon Instruments, Inc. has provided a sole source letter that it is the sole source authorized service provider for Nikon Confocal and Super Resolution systems.
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 2021-07 published in the Federal Register on September 10, 2021.
Statement of Need and Purpose:
The purpose of this requirement is for a service contract for the Nikon Spinning Disk Confocal System.
Background Information and Objective:
Microscopy techniques are necessary to analyze NIA’s experimental data in in various research projects including Amyotrophic Lateral Sclerosis, Parkinson’s Disease and Alzheimer’s Disease.
Period of Peformance:
12/1/21 to 11/30/22
SCOPE OF WORK
General Requirements:
The contractor shall provide all resources necessary to accomplish the tasks and deliverables described in this Statement of Work (SOW). The contractor shall provide repair and maintenance of the Nikon Spinning Disk Confocal System for the period of performance from 12/1/21 to 11/30/22
Specific Requirements:
Service technicians will provide emergency repair service, labor, travel, and replacement parts, excluding consumable items on NIA’s Nikon Spinning Disk Confocal System. Contractor will provide 1 planned maintenance inspection per service period on our Nikon Spinning Disk Confocal System. (annually) Maintenance inspection will include upgrade of vendor’s proprietary software.
LEVEL OF EFFORT:
Contractor's field service application specialists or equivalent will spend approximately 2 hours performing annual prevenative maintenance tasks..
GOVERNMENT RESPONSIBILITIES
The government will provide workspace, desktop computers and telephones for the service technician.
DELIVERY OR DELIVERABLES
Timely submission of repair and maintenance essential to successful completing this
requirement.
REPORTING REQUIREMENTS
The contractor is required to provide written reports on repair and annual maintenance on the Nikon Spinning Disk Confocal System.
Travel:
The principal place of performance is the Laboratory of Neurogenetics. 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.
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. DUNS 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/
- FAR Provision 52.212-1 Instructions to Offerors—Commercial Items (Sept 2021) is applicable to this solicitation.
- FAR Provision 52.212.2 Evaluation—Commercial Items (Oct 2014) 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 (Feb 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 (Sept 2021) is applicable to this solicitation. See attachment.
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).
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 (Oct 2020)
- FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation (Oct 2020)
- FAR Deviation Clause 52.223-99, Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors (Oct 2021)
- NIH Invoice and Payment Provisions
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.