The RFP Database
New business relationships start here

Service Contract for 22 Heracell 160i Incubators and 2 Steri-Cult Incubators


Maryland, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

NON-COMPETITIVE
COMBINED SYNOPSIS / SOLICITATION


Title: Service Contract for 22 Heracell 160i Incubators and 2 Steri-Cult Incubators


(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.


(ii) The solicitation number is 75N95019Q00320 and the solicitation is issued as a request for quotation (RFQ).


This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold.


THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME).


The National Institute on Drug Abuse (NIDA), NIDA Office of Acquisitions - NCATS Section, on behalf of the National Center for Advancing Translational Sciences (NCATS), intends to negotiate and award a purchase order without providing for full and open competition (including brand-name) to Thermo Fisher (Asheville) Scientific, LLC, 28 Schenck Pkwy., Ste. 400, Asheville, NC 28803 or an authorized service provider for a service contract for incubators located in the Stem Cell Translation Laboratory (SCTL).
Pursuant to FAR Subpart 13.501(a)(1)(iv) the rationale for the brand name justification is that the manufactor's warranty or extended warranty will be voided if any unauthorized service provider not certified by Thermo Fisher Scientific (Asheville) LLC performs a repair on or calibrates a Thermo Fisher incubator.
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-05 dated August 13, 2019.


(iv) The associated NAICS code is 811219 and the small business size standard is $20,500,000.00. No set-aside restriction is applicable.


(v) The SCTL performs tissue culture of iPSCs, which are incubated in water-jacketed CO2 incubators. SCTL purchased 2 incubators for this purpose in 2014 and 22 more in 2017. They are among the most integral parts of the tissue culture process, and by extension, the lab. This equipment must maintain exact levels of CO2, heat, and humidity in order to ensure the proper growth and survival of the cells that are the backbone of the experiments performed in the SCTL. NCATS requires a service contract for all of the incubators in the SCTL to keep the incubators in optimal working condition, ensure proper calibration, provide preventative maintenance, and minimize downtime due to equipment malfunctions.


(vi) A comprehensive support plan is needed to service all 24 incubators on site when issues
arise, as well as one preventative maintenance visit and any necessary calibration of equipment that is deemed inadequate. All labor, parts, and travel time must be included. Service will be completed within 48 hours of request for on-site service. NCATS will properly maintain instrument, and decontaminate instrument if service requires prior to service call. Access to the instrument during regular business hours will be granted.


This requirement is to obtain services completed by an authorized provider to procure maintenance service on existing government-owned laboratory equipment manufactured by and previously purchased from the subject contractor. The authorized provider shall perform a service agreement and preventive maintenance as described herein that must be carried out and performed by authorized Original Equipment Manufacturer (OEM) certified and/or current factory-trained technicians.


The period of performance will be effective for 12 months ARO and will include
the option to exercise four additional one-year performance periods, per the following:
• Base Year: 09/27/2019 - 09/26/2020
• Option Year 1: 09/27/2020 - 09/26/2021
• Option Year 2: 09/27/2021 - 09/26/2022
• Option Year 3: 09/27/2022 - 09/26/2023
• Option Year 4: 09/27/2023 - 09/26/2024


(vii) Place of Performance:


The National Center for Advancing Translational Sciences (NCATS)
9800 Medical Center Drive, Bldg. B
Rockville, MD 20850


(viii) The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition.


(ix) Offers will be evaluated for technical criteria, price, and past performance. Technical criteria consist of matching the line items identified above. Technical and past performance, when combined, are significantly more important than price.


OR The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition.


(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:


(i) technical approach
(ii) price
(iii) past performance [FAR 13.106-2(b)(3)]


Technical and past performance, when combined, are significantly more important than cost or price.


(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).


(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.


(x) Offerors are to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with offers.


(xi) The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addendum applies:


SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)


This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a clause may be accessed electronically at these addresses:


For FAR clauses: https://www.acquisition.gov/browsefar


For HHSAR clauses: https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html


(end of clause)


The following FAR provisions or clauses are 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 Entity Code Reporting (Jul 2016)
52.204-18, Commercial and Entity Code Maintenance (Jul 2016)
52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services of Equipment
HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015).


52.212-4(g), Invoice, is supplemented by the NIH Invoice and Payment Instructions (2/2014).


(xii) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition.


(xiii) The following additional contract requirement(s) or terms and conditions as determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices.


(xiv) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.


(xv) This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. A determination by the Government whether to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will be considered to determine whether to proceed on a non-competitive basis as indicated above, or to conduct a competitive procurement.


The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations.


Respondents that believe that they are manufacturers or authorized resellers of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order.


(xvi) In addition, the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), 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.


All responses must be received by September 18, 2019 at 1:00pm, Eastern Standard Time and reference solicitation number 75N95019Q00320. Responses must be submitted by email to Jessica Adams, Contract Specialist at jessica.adams@nih.gov.


 


 


Jessica Adams, Contract Specialist, Email jessica.adams@nih.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP