SAM.gov Synopsis
Document Type: Combined Synopsis/Solicitation
Solicitation Number: RFQ-NIAID-25-2255324R1
Posted Date: 03/04/2025
Response Date: 03/10/2025
Set Aside: None
NAICS Code: 811210
Classification Code: J066
Contracting Office Address:
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB
Title: Service PLAN FOR MOLECULAR DEVICES EQUIPMENT (SPECTRAMAX-l, 2 EA AND STAKMAX , 2 EA) -- AMBIS 2255324
Primary Point of Contact:
Dana Monroe; dana.monroe@nih.gov
Description:
This notice is a combined synopsis/solicitation for commercial items using Simplified Acquisition Procedures. This acquisition will be made in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 “Streamlined Procedures for Evaluation and solicitation for commercial Items,” as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation (a written solicitation will not be issued) and quotes are being requested. The Solicitation number is RFQ-NIAID-25-2255324R1 and the solicitation is issued as a Request for Quotes (RFQ).
This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures (SAP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-01 November 12, 2024.
The North American Industry Classification System (NAICS) code for this procurement is 811210, Electronic and Precision Equipment Repair and Maintenance, with a small business size standard of $34 million. The requirement is being competed full and open competition, un-restricted and without a small business set-aside.
The National Institute of Allergy and Infectious Diseases (NIAID) has a requirement for
1-Year Service Contract, 1PM, Onsite Performance Assurance for the following instruments and equipment manufactured by Molecular Devices, LLC:
- Service Coverage for SPECTRAMAX L (S/N LU03903), qty 1
- Service Coverage for STAKMAX (S/N SX08944), qty 1
- Service Coverage for SPECTRAMAX L (S/N LU03523), qty 1
- Service Coverage for STAKMAX (S/N SX08606), qty 1
Period of Performance: 04/01/2025 – 03/31/2026
Requirements:
- Service Coverage to include 1 annual PM visit, OEM parts, labor, and travel for repairs, tech support, priority OEM response time.
- 1 PM, onsite performance assurance
- Priority onsite scheduling equal to a manufacturers direct contract, to ensure minimal down time of instrumentation for all repairs during the period of performance. Priority is defined as giving priority scheduling equal to a direct contract and guaranteeing the equivalent manufacturer’s priority onsite response. If you are a third-party service provider, the priority scheduling and/or response time, must be listed on your quote.
- Only OEM parts and technicians are acceptable.
- Quarterly in arrears billing schedule must be acknowledged on quote.
- Third-party vendors must include their guaranteed response time to make emergency calls.
- Third-party vendors must schedule and coordinate PM visits with and for the equipment.
- Quote submitted from third-party vendor must list the software updates, if appliable, on separate line with separate price as software updates and will be billed separately.
Place of Performance: NIH, NIAID, 9000 Rockville Pike, Building 40, Bethesda, MD 20892, United States. FOB: Destination
The government intends to award a firm fixed price purchase order to the responsible
contractor as a result of this RFQ that will include the terms and conditions set forth herein. The award will be based on the following: technical capability to meet the requirements and price.
The following FAR provisions apply to this acquisition:
FAR 52.212-1 Instructions to Offerors Commercial Items (SEP 2023)
FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (MAY 2024)
FAR 52.204-7 System for Award Management (OCT 2018)
(Offerors must complete annual representations and certifications on-line at http://www.sam.gov/ in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items (Please ensure FAR 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Nov 2015) is updated in your SAM record)
FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements – Representation (JAN 2017)
52.204–26 Covered Telecommunications Equipment or Services-Representation
(OCT 2020) *** Must complete separate representation if this is not addressed as compliant within an active SAM.gov registration
The following FAR contract clauses apply to this acquisition:
FAR 52-212-4 Contract Terms and Conditions Commercial Items (NOV 2022)
FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (NOV 2024)
*The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting.
FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023)
FAR 52.204-13 System for Award Management Maintenance (OCT 2018)
FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021)
HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 2015)
FAR 52.252-2 -- Clauses Incorporated by Reference. (Feb 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/vffara.htm
By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation (www.sam.gov).
Copies of the above-referenced provisions and clauses are available from http://www.acquisition.gov/far/loadmainre.html & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax.
Submission shall be received not later than March 10, 2025 at 5:00pm ET
All quotations and required documents must be submitted via the NIAID electronic Simplified Acquisition Submission System (eSASS) website at https://esass.nih.gov. All vendors must register in the eSASS system to submit a quotation. Instructions on how to register / submit quotes are included on the website. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). All responsible sources may submit an offer that will be considered by this Agency