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 75N94025Q00185 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 2025-05. 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 Oxford Instruments America Inc., to procure a one-year Oxford Silver Package Service Agreement for the following:
WITec Raman Imaging Alpha 300R microscope – Qty (1) EA
SN: 10012002268
Oxford SILVER Package for WITec Raman Microscope Systems Included Features & Benefits:
PM – 1 Annual Preventative Maintenance (and/or Calibration) on-site Field Service Engineer (FSE) Visit – covers PM parts, labor, travel expense.
TECHNICAL SUPPORT –Access to Helpdesk and Technical Support included with priority response time during standard business hours Monday-Friday 8:30AM-5PM EST, excluding Federal Holidays.
Technical Remote Support subject to connectivity and availability.
LABOR: Labor and Travel Expenses for all on-site FSE visits are included.
PARTS – Includes replacement parts ·
CONSUMABLES: Discount on consumables
SOFTWARE: Software faults or bug fixes are included. Software Updates are also included. ·
TRAINING: Discount on additional training, (2) admissions to Oxford University WITec symposium and (1) Oxford University WITec Academy voucher.
Oxford Instruments Inc. (formerly known as Witec Instruments Inc) is the sole provider of genuine spare parts for these instruments and only qualified Oxford Instruments technicians can perform maintenance and repair of the equipment. An agreement with a third-party repair/maintenance service will void Oxford service contract, and significantly increase the risk of disruptions in NIH mission in the case of serious instrument failure.
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 notice of intent is not a request for competitive quotations.
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.
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 to the below address or 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. Any 3rd party offers must include a signed agreement with Oxford Instruments Inc., authorizing that you can/are authorized to provide all the needed services, parts/consumables for the Alpha 300R microscope, use genuine manufacturing parts, use only current technicians trained by Oxford Instruments and maintain existing warranties, etc. Responses to this notice without this confirmation from Oxford Instruments will be considered as an invalid response/submission. Quotations will be due no later than August 21, 2025, before 5:00 pm EDT. via email to robinsti@mail.nih.gov. Attn: Tina Robinson. The quotation must reference “Solicitation number” 75N94025Q00185. 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# 75N94025Q00185 in the subject line of email.
Note: In order to receive an award, contractor must have an active registration (in the SAM database @ www.sam.gov) for all awards and shall continue to have an active registration until time of award, during performance, and through final payment. Failure to maintain an active SAM registration can jeopardize the award or result in non-payment. Lack of valid registration in SAM will make an offeror ineligible for award.
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.”