NIA21-009431MD

Submitted by mahonkg on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Service Agreement for the Victor X3 FOR FL, LUM, UV, Serial number 20300119.
Contracting Office
National Institute on Aging (NIA)

Contact Points

Primary Contract Specialist

Malita
Dyson
malita.dyson@nih.gov

Secondary Contracting Officer

Katie
Cartwright
katie.cartwright@nih.gov
NAICS Code Number
811219
Other Electronic and Precision Equipment Repair and Maintenance
Estimated Period of Performance
Base Year: 09/21/2021-09/22/2022, Option Year 1: 09/21/2022-09/22/2023, Option Year 2: 09/21/2023-09/22/2024
Competition Status
Non-Competitive
Vendor Name
PERKINELMER HEALTH SCIENCES, INC
Vendor Address
710 BRIDGEPORT AVE
SHELTON, CT 06484-4750
Single-Sole Source Determination
This acquisition is restricted to PERKINELMER HEALTH SCIENCES, INC because PERKINELMER HEALTH SCIENCES is the only supplier capble of providing the Victor XE FOR FL, LUM, UV plate reader.

PERKINELMER HEALTH SCIENCES, INC has provided a sole source letter to the Government certifying that no other company is approved to provide factory new or remanufactured repair parts for the Victor X3. In addition, the letter states that the PerkinElmer service team consists of PerkinElmer factory trained/certified engineers; the only source PerkinElmer authorizes to provide service and installation for instrumentation manufactured and sold by PerkinElmer.
Background/Description of Requirement

Acquisition 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 in effect through Federal Acquisition Circular 2021-06 published in the Federal Register on July 12, 2021.

 A Fixed-Price type of Purchase Order award not exceeding the Simplified Acquisition Threshold is anticipated for any contract resulting from this requirement. 

The Victor XE FOR FL, LUM, UV plate reader is used by members of LBN for quantifying fluorescence and assay densitometry for aging studies. It is imperative that this plate reader be maintained and repaired, when necessary, to ensure optimal functioning to stay operational. This is a proprietary instrument with Perkin Elmer, and it requires only Perkin Elmer components and consumables to be used on it otherwise it will void any service.

The Period of Performance will be September 22, 2021 through September 21, 2022 with two (2) option year periods.

Base Year:  September 22, 2021 through September 21, 2022

Option Year 1:  September 22, 2022 through September 21, 2023

Option Year 2:  September 22, 2023 through September 21, 2024

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 below:

Specific Requirements:

The Contractor will provide a Service plan that includes a 12 month coverage agreement to include 2 preventive maintenance (PM) visits, parts, travel, labor, phone/remote support..   

LEVEL OF EFFORT:

  • Two PM visits on an annual basis.
  • Unlimited repair service visits for non-consummable parts, including labor and travel on an annual basis.
  • Phone/remote support as needed.

GOVERNMENT RESPONSIBILITIES

The government will provide the contractor with access to the equipment in an adequate and safe workspace and time to complete the service.

DELIVERY OR DELIVERABLES

Documentation to show completed services after PM visits or repair service.

OTHER CONSIDERATIONS

Key Personnel:

Factory trained/certified engineers.

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

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.

1. FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020)

2. FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020)

3. FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation (Oct 2020)

 

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.