FedBizOps Synopsis
Document Type: Combined Synopsis/Solicitation
Solicitation Number: RFQ-NIAID-25-2257534
Posted Date: March 31, 2025
Response Date: April 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, 5601 Fishers Lane, Rockville, MD 20852
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-25-2257534 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) 2025-3 January 17, 2025.
The North American Industry Classification System (NAICS) code for this procurement is 811210, Other Electronic and Precession Equipment Repair and Maintenance, with a small business size standard of $34.0M. 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 a service agreement for Incubators, QTY 23 and Centrifuges, QTY 16. Serial Numbers and locations are listed on the attached equipment list.
The minimum service requirement for the equipment consists of the following:
- Priority onsite repair Monday through Friday during the hours 8am-5pm,
- One (1) Annual onsite preventive maintenance,
- Two (2) business day response time for corrective maintenance that includes engineer labor, original equipment manufacturer (OEM) parts, and travel,
- Priority depot repair, and loaner equipment if needed during the duration of the repair, and
- Unlimited priority phone and email support.
- Billing is to be monthly or quarterly in arrears.
The Contractor shall provide all necessary parts and equipment necessary to perform remedial repair and planned maintenance of the above equipment. All work will be completed in accordance with industry standards and will be inspected and approve by the Program Manager at NIAID the completion of any repairs and at the completion of the annual maintenance.
**Third-party vendors submitting a quote most include with their quote a copy of their letter of authorization from the manufacturer authorizing them to provide these services as a priority to NIAID and the replacement of equipment if deemed necessary. Failure to do so will deem their submission non-responsive.
Period of Performance: 5/02/2025-5/01/2025
Place of Performance: Bethesda, MD 20814
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 (NOV 24)FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (FEB 2024)
(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 (JAN 2025)
*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 April 10, 2025 @ 10:00 am EST
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.
4th and 5th Floor Centrifuges and Incubators (SEE ATTACHMENT)
Incubators - 23 Total
Centrifuges- 16 Total