This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation number is 75N94025Q00074 and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2025-04. The North American Industry Classification (NAICS) Code is 811210 and the business size standard is $34M. However, this solicitation is not set aside for small business. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. Eunice Kennedy Shriver National Institute of Child Health and Human Development (NICHD) intends to contract on a sole source basis with JEOL USA INC – 11 Dearborn Road – P.O. Box 6043 – Peabody, MA 01961 to procure a one-year service agreement for the JEM-1400 system and accessories/components as follows:
- MDL: JU2008312 JEM-1400 TRANSMISSION ELECTRON MICROSCOPE – Quantity (1) EA
- MDL: 239232 - EM-21010 COMMON SPECIMEN HOLDER – Quantity (1) EA
- MDL: 814816908 - SEG SIDE ENTRY GONIOMETER, FOR 1400,2100,2100F,2200FS AND 2500SE – Quantity (1) EA
- MDL: 731-LX2-A2-6XXXAX-M202 – CHILLER, LX2 AIR COOLED – Quantity (1) EA
Period of Performance: June 2025 through June 2026.
JEOL USA, INC is the sole factory authorized provider of service and sales in the United States and Canada. A typical JEOL service engineer is a graduate of an accredited Technical Institute, having a least an Associate Degree in Electrical Engineering or the equivalent. Initially, the engineer receives approximately seven weeks of formal instruction at the JEOL Training Center as well as individualized instrument training. These classes are interspersed with extensive field training under the direct supervision of senior service engineers. Engineers return periodically to the JEOL Training Center for additional training whenever new equipment or new techniques are introduced. Factory training and JEOL training center instruction in maintaining JEOL instrumentation are available only to current, qualified JEOL Service Engineers. Also, specification sheets and instrument diagrams needed to perform the preventative maintenance of the instrument is proprietary information and only technicians employed by Jeol USA have access to such documentation. Software updates, user manuals and service manuals are not open access and are provided solely to instrument owners and Jeol technicians. To comply with the maintenance/service agreement, the instrument must be serviced by Jeol. Any services provided by an unauthorized third party could void any current and future warranties.
The maintenance/service agreement provides the following Jeol Standard Service (but not limited to) benefits:
- Routine and Preventative Maintenance – up to two routine maintenance visits per year during Jeol’s business hours of 8:30AM to 5:00PM, Monday through Friday, Jeol’s scheduled holidays excluded. Visits shall include work deemed necessary to assure long-term performance and reliability to include corrective service at this time for malfunctioning systems per Jeol’s discretion – Guaranteed to meet specs after PM
- Average response time of one working day
- Unlimited telephone support for remote troubleshooting
- Several defective parts will be replaced w/OEM parts
- Maintenance sessions including repair, maintenance and calibration – OEM repair parts included
- Jeol’s Factory trained Field Service Engineers trained to conduct all the services on the JEM-1400 and components, no outside service engineers/technicians allowed/accepted to provide service, thus service quality is guaranteed
- Unlimited Emergency Visits/Service – guaranteed response time of the next regularly scheduled business day whenever the instrument becomes inoperable or does not perform to specifications due to failure associated w/instrument – a current Jeol factory certified/trained and Jeol employed engineer will make the appropriate repairs
- Dedicated account manager, call history tracking
- Software updates
- Priority Technical Support Response
- Access to proprietary information/manuals
The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of the 41 U.S.C. 253(c) (1), FAR 6.302. This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice.
The offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications – Commercial Products and Commercial Services (May 2024)(Deviation Feb 2025) with its offer. The provisions of FAR Clause 52.212-1 Instructions to Offerors – Commercial Items; FAR Clause 52.212-2, Evaluation – Commercial Items; FAR Clause 52.212-4, Contract Terms and Conditions – Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Products and Commercial Services (Jan 2025)(Deviation Feb 2025); FAR Clause 52.204-8 Annual Representations and Certifications (Jan 2025)(Deviation Feb 2025) – Deviation for Simplified Acquisitions applies to this acquisition. The offeror must include their Unique Entity ID (UEI), the Taxpayer Identification Number (TIN), and the certification of business size. Note: The contractor/offeror must provide a completed copy of FAR 52.204-24, "Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment" with their quote in response to this solicitation. Offerors must include an agreement signed with Jeol USA authorizing that you can provide/authorized to provide all the needed services and benefits included in this solicitation. The clauses are available in full text at http://www.acquisition.gov/far/. Interested vendors capable of furnishing the government with the service specified in this synopsis should submit a copy of their quotation via email to robinsti@mail.nih.gov. Responses to this solicitation must include enough information to establish the interested parties’ bona-fide capabilities of providing all products and service (s) needed. Responses must be accompanied by descriptive literature, warranties and/or other information that demonstrates that the offer meets all the foregoing requirements. Quotations will be due on June 17, 2025, before 5:00 pm eastern standard time via email to robinsti@mail.nih.gov. Attn: Tina Robinson. The quotation must reference “Solicitation number 75N94025Q00074. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Any questions must be sent via email to robinsti@mail.nih.gov and must include solicitation# 75N94025Q00074 in the subject line of email.
Note: In order to receive an award, contractor must have an active registration for all awards in the SAM database @www.sam.gov.
Note: “System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals— Representation, and paragraph (t) of 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services. Agencies will not consider or use these representations. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM.”