Consumer Goods & Services
Agilent CrossLab Velocity11/CrossLab Silver Preventive Maintenance and Service Agreement for Agilent Bravo Liquid Handler for NCATS
Agilent CrossLab Velocity11/CrossLab Silver Preventive Maintenance and Service Agreement for Agilent Bravo Liquid Handler for NCATS has been closed on 04 Jun 2021. It no longer accepts any bids. For further information, you can contact the HEALTH AND HUMAN SERVICES, DEPARTMENT OF.NATIONAL INSTITUTES OF HEALTH.NATIONAL INSTITUTES OF HEALTH NIDA
Bellow, you can find more information about this project:
Location: United States
HEALTH AND HUMAN SERVICES, DEPARTMENT OF.NATIONAL INSTITUTES OF HEALTH.NATIONAL INSTITUTES OF HEALTH NIDA
Consumer Goods & Services
Closed
01 Jun 2021
04 Jun 2021
Not available
NON-COMPETITIVE COMBINED SYNOPSIS / SOLICITATION
Title: Agilent CrossLab Velocity11/CrossLab Silver Preventive Maintenance and Service
Agreement for Agilent Bravo Liquid Handler for NCATS
(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 75N95021Q00203 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 Center for Advancing Translational Sciences (NCATS) Analytical Chemistry Core (ACC) requires an annual Agilent CrossLab Velocity11/CrossLab Silver preventive maintenance and service agreement for an Agilent Bravo Liquid Handler platform used by NCATS analytical chemists. To ensure that research data remains standardized across the NCATS Chemistry Section, only Original Equipment Manufacturer (OEM) service and parts are acceptable to meet the needs of this requirement. Specifically, the NCATS Analytical Chemistry Core requires a service agreement that includes the instrumentation under the Statement of Work, Specific Requirements.
Pursuant to FAR Subpart 13.501(a)(1)(iii) the justification (excluding brand name) will be made available within 14 days after contract award or in the case of unusual and compelling urgency within 30 days after contract award.
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-05 dated March 10, 2021
(iv) The associated NAICS code is 811219 and the small business size standard is $22 million. No set-aside restriction is applicable.
(v) Project requirements: See Attached Statement of Work
(vi) Delivery shall be to:
The National Center for Advancing Translational Sciences (NCATS)
9800 Medical Center Drive
Bldg B
Rockville, MD 20850
The period of performance will be:
Base Period: 12-months
Option Period 1 (Year 2) - 12-months
Option Period 2 (Year 3) - 12-months
Option Period 3 (Year 4) - 12-months
(vii) The provision at FAR clause 52.212-1, Instructions to Offerors – Commercial Items, applies to this acquisition.
(viii) 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.
(b) Offers will be evaluated for technical criteria, price, and past performance. Technical criteria consists of matching the line item identified above. Technical and past performance, when combined, are significantly more important than price.
(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.
(ix) Offerors are to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications—Commercial Items, with offers.
(x) The FAR clause at 52.212-4, Contract Terms and Conditions – Commercial Items, applies to this acquisition. The following addendum applies:
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 (Aug 2020)
52.204-18, Commercial and Entity Code Maintenance (Aug 2020)
52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment ( Oct 2020)
HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015).
(xi) Additonal Attachments :
(xii) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.
(xiii) The offeror must complete and return FAR 52.204-24 and FAR 52.204-26 Representations and Certifications with its offer.
(xiv) 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. If the Government opts to use a competitive procurement, offers will be evaluated using a comparative evaluation approach in accordance with FAR 13.106-2(b)(3). In that case, award will be made to the responsible offeror whose response meets the solicitation’s requirements and, as a whole, will be most advantageous to the Government, price and other factors considered. The comparative evaluation will include: Technical Capability of the item(s)/service(s) to meet the Government requirement, Price, Terms and Conditions, and Past Performance. Responses may exceed capability or performance characteristics of the solicitation’s requirements. The Government reserves the right, but is not required, to award to a response that exceeds capability or performance characteristics of the solicitation’s requirements if it provides a benefit to the Government.
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.
(xv) 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.
Fax responses will not be accepted.
All responses must be received by June 4, 2021 at 5:00 PM Eastern Standard Time and reference solicitation number 75N95021Q00203. Responses must be submitted by email to Nick Niefeld, Contract Specialist, [email protected] , tel. 301-827-2094.
The name of the individual to contact for information regarding the solicitation:
Nick Niefeld, Contract Specialist, [email protected] .
Receive Daily Tenders and Grants notifications
Subscribe nowFeatured tenders
Tender
08 Jul 2021
United States
Annual Preventive Maintenance
DEPT OF DEFENSE.DEPT OF THE ARMY.MEDCOM.W40M USA HLTH CONTRACTING ACT
Tender
01 Jul 2021
United States
Uniform Rental and Cleaning
DEPT OF DEFENSE.DEPT OF THE ARMY.AMC.ACC.ACC-CTRS.ACC RSA.U S ARMY DEPOT LETTERKENNY
Tender
25 Aug 2021
United States
F-16 Upgraded Central Air Data Computer (UCADC/CADC) sub assemblies
DEPT OF DEFENSE.DEPT OF THE AIR FORCE.AFMC.AIR FORCE SUSTAINMENT CENTER.FA8251 AFSC PZABB
Tender
08 Feb 2022
United States
J065--Skytron UV Robot Service Contract IFCAP PO: 653C25063 CS: Joshua Medley POP:
Tender
08 Sep 2021
United States
Big Bend National Park Fire Engine Services
INTERIOR, DEPARTMENT OF THE.NATIONAL PARK SERVICE.IMR SANTA FE(12100)
BELGIAN DEVELOPMENT AGENCY
CZECH DEVELOPMENT AGENCY
DANISH INTERNATIONAL DEVELOPMENT AGENCY
EUROPEAN COMMISSION
EUROPEAN INSURANCE AND OCCUPATIONAL PENSIONS AUTHORITY
INTERNATIONAL CRIMINAL COURT
ISLAMIC RELIEF
MILLENIUM CHALLENGE CORPORATION
NETHERLANDS ORGANISATION FOR INTERNATIONAL COOPERATION IN HIGHER EDUCATION
UNITED NATIONS POPULATION FUND
Enter your contact details
One of our experts will be in touch shortly to arrange a convenient time to book a Demo Presentation.
Home pageEnter your contact details
One of our experts will be in touch shortly to arrange a convenient time to book a Demo Presentation.
Home page