PREVENTATIVE MAINTENANCE SERVICES FOR PROTEC OPTIMAX & KODAK M35A FILM PROCESSORS, INCLUDING DARKROOM DRAIN/WATER FILTER SERVICE (AMBIS 2216533)

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
State: Maryland
Type of Government: Federal
FSC Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Set Aside: Total Small Business Set-Aside (FAR 19.5)
Posted Date: Apr 15, 2024
Due Date: Apr 25, 2024
Solicitation No: RFQ-NIAID-24-2216533
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Follow
PREVENTATIVE MAINTENANCE SERVICES FOR PROTEC OPTIMAX & KODAK M35A FILM PROCESSORS, INCLUDING DARKROOM DRAIN/WATER FILTER SERVICE (AMBIS 2216533)
Active
Contract Opportunity
Notice ID
RFQ-NIAID-24-2216533
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
NATIONAL INSTITUTES OF HEALTH
Office
NATIONAL INSTITUTES OF HEALTH NIAID
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 15, 2024 02:37 pm EDT
  • Original Date Offers Due: Apr 25, 2024 11:00 am EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: May 10, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J066 - MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT
  • NAICS Code:
    • 811210 - Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance:
    Bethesda , MD 20892
    USA
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-24-2216533 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) 2024-03 February 23, 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 $34.0 million. The requirement is being competed full and open competition, and with a small business set-aside.





The purpose of this service contract is to ensure continued use and maintenance of NIAID’s PROTEC & KODAK film processors located in the Building 4 Dark Room/B2-18, without interruption. NIAID scientists need continual access to the PROTEC Optimax and KODAK M35A Film Processors in order to perform their new and ongoing experiments accurately. NIAID will utilize this space with the desired outcome of continued scientific discoveries that promote the development of new vaccines, therapeutics, and diagnostics to improve human health.





Please see Statement of Work.





Place of Performance: NIH, 9000 Rockville Pike, BLDG 4, 4 Memorial Drive, Bethesda, MD 20892, United States. FOB: Destination



Period of Performance is for a base year that includes four (4) one-year option periods with the following dates:





Base Year - 5/01/2024 - 4/30/2025



Option Year 1 - 5/01/2025 - 4/30/2026



Option Year 2 - 5/01/2026 - 4/30/2027



Option Year 3 - 5/01/2027 - 4/30/2028



Option Year 4 - 5/01/2028 - 4/30/2029





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 (FEB 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 representation if attached to this solicitation- see attachment 52.204-26







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 (FEB 2024)



*The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting.





FAR 52.217-8 Option to Extend Services (NOV 1999)





FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000)





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 April 25, 2024 @ 11:00 EST





Offers may be e-mailed to Rita Davis (E-Mail/ rita.davis@nih.gov). Offers shall include RFQ number in the subject line (RFQ-NIAID-24-2216533). 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.



Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Rita Davis @ rita.davis@nih.gov.


Attachments/Links
Contact Information
Contracting Office Address
  • 5601 FISHERS LANE, SUITE 3D11
  • BETHESDA , MD 20892
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Apr 15, 2024 02:37 pm EDTCombined Synopsis/Solicitation (Original)

Related Document

Apr 16, 2024[Combined Synopsis/Solicitation (Updated)] PREVENTATIVE MAINTENANCE SERVICES FOR PROTEC OPTIMAX & KODAK M35A FILM PROCESSORS, INCLUDING DARKROOM DRAIN/WATER FILTER SERVICE (AMBIS 2216533)

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Editing column ID Title Status Due / Close Date Publish Date Main Category

State Government of Maryland

Bid Due: 5/17/2024

Editing column ID Title Status Due / Close Date Publish Date Main Category

State Government of Maryland

Bid Due: 5/07/2024

Follow Wing Inflatables Inc. Marine Fenders and related parts Active Contract Opportunity Notice

HOMELAND SECURITY, DEPARTMENT OF

Bid Due: 5/01/2024

Title: Vehicle Fire Suppression Systems, Inspection, Maintenance, And Repair RFB Number: B-10000220 (PDF)

Baltimore County

Bid Due: 5/06/2024