Service and Maintenance on 5 Liconic CO2 incubators
ID: 75N95025Q00002Type: Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFNATIONAL INSTITUTES OF HEALTHNATIONAL INSTITUTES OF HEALTH NIDABethesda, MD, 20892, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT (J066)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking a contractor to provide service and maintenance for five Liconic CO2 incubators utilized in Alzheimer’s research. The procurement includes comprehensive maintenance and repair support, which encompasses preventative maintenance, software and firmware upgrades, troubleshooting, and in-house training, all performed by certified technicians from Liconic. This contract is crucial for ensuring the operational integrity of essential research equipment, thereby supporting ongoing Alzheimer’s research efforts at the NIH facility in Bethesda, Maryland. Interested parties must submit their proposals by 9:00 a.m. Eastern Daylight Time on October 22, 2024, referencing solicitation number 75N95025Q00002, and can direct inquiries to Emily Palombo at emily.palombo@nih.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the provisions related to the representation and certification regarding covered telecommunications and video surveillance services or equipment, as specified in the Federal Acquisition Regulation (FAR). It mandates that offerors represent their use of covered telecommunications equipment or services in federal contracts, as stipulated by Section 889 of the John S. McCain National Defense Authorization Act of 2019. This Act prohibits procurement involving certain hazardous telecommunications equipment, focusing on maintaining national security. Definitions for key terms are provided, along with procedures for checking exclusions in the System for Award Management (SAM). Offerors must disclose whether they will provide or use covered services, detailing specific information about the products and services involved, including origins, descriptions, and planned use. This regulation serves to ensure that federal contracts avoid potential risks associated with certain telecommunications technologies, reinforcing compliance and transparency in government procurement processes.
    The document outlines the federal provision 52.204-26 regarding "Covered Telecommunications Equipment or Services-Representation." It establishes definitions and procedures for offerors to represent their provision or use of covered telecommunications equipment or services in contracts with the government. Specifically, offerors must check the System for Award Management (SAM) for entities excluded from receiving federal awards due to concerns about these telecommunications services. They are required to declare whether they do or do not provide such services and whether they have conducted a reasonable inquiry to determine the use of any covered telecommunications equipment in their operations. The provision emphasizes compliance and transparency in governmental contracting, ensuring that federal funds do not inadvertently support entities engaged in problematic telecommunications practices. This document plays a critical role in maintaining oversight and accountability within government contracts, particularly in the context of federal grants and related requests for proposals (RFPs).
    The document serves as an addendum to FAR 52.212-4, detailing the terms and conditions applicable to commercial items contracts. It provides a specified order of precedence for resolving inconsistencies within the solicitation or contract, prioritizing the schedule of supplies/services first. Key sections address commercial supplier agreements, particularly their applicability to U.S. Government acquisitions. It outlines the government’s rights concerning unilateral amendments to non-material terms, limits on automatic renewals, indemnification stipulations, audit practices, and provisions governing taxes. Significant clauses reinforce that federal law governs disputes, and that contract terms should not bind individual government employees personally. Contractors must seek government approval for assignments or delegation of rights. Additionally, confidentiality clauses are amended to ensure compliance with the Freedom of Information Act. The meticulous structure and detailed guidelines aim to safeguard the government’s interests in commercial transactions, emphasizing compliance with federal laws and preventing conflicts with state or local law. This addendum is essential for parties involved in government RFPs and contracts, as it clarifies expectations and legal frameworks for commercial supplies and services.
    The document outlines contract terms pertaining to federal acquisition regulations (FAR) for commercial products and services, specifically outlining clauses that contractors must adhere to. It establishes compliance requirements for contractors with various statutes and executive orders, detailing clauses covering topics such as restrictions on contractor practices, employee rights, whistleblower protections, and equal opportunity mandates. Key clauses include those addressing the prohibition on contracting with entities that present national security risks, requirements for small business subcontracting, and service labor standards. The document emphasizes the necessity of maintaining transparency in contract records and audits, and the obligations related to employee rights under the National Labor Relations Act. Furthermore, it mandates certain clauses to be included in subcontracts, reinforcing the protection of rights and ethical responsibilities in federal contracting. This structure is essential for ensuring compliance and managing governmental contracts efficiently while promoting fairness and accountability in federal acquisitions.
    The document outlines the certification requirements for offerors seeking exemption from the Service Contract Labor Standards (SCLS) for certain contracts. The offeror must certify that the services provided are regularly sold to non-governmental customers, are priced based on established catalog or market prices, involve service employees spending less than 20% of their time on government contracts, and adhere to a consistent compensation plan for all employees. If the offeror meets these conditions, the Contracting Officer may determine that the SCLS does not apply, thereby excluding the SCLS clause from the contract. Conversely, failure to comply with the certification will affect contract award eligibility. The document serves as an essential guideline within the context of federal RFPs and grants, ensuring compliance with labor standards while providing an exemption framework for specific services rendered to government agencies. The structure includes certification provisions, conditions for exemption, and stipulations for contracting officers, ensuring adherence to established standards while facilitating clear communication between offerors and the government.
    The document outlines the invoice and payment provisions for contractors working with the National Institutes of Health (NIH) as of March 20, 2023, emphasizing compliance with federal regulations. It details the mandatory requirements for submitting a proper invoice, including necessary identification, contract details, and itemized charges, with specific provisions for perishable goods. Timely payment is mandated, with penalties for late payments governed by the Prompt Payment Act. The provision also promotes accelerated payments to small business subcontractors, stipulating that contractors must make prompt payments after receiving invoices. Invoices must be submitted electronically through the Department of Treasury's Invoice Processing Platform (IPP), with alternative submission processes permitted only with prior authorization. Overall, the document serves as a guideline to ensure that contractors provide proper invoices and receive timely payments, fostering a structured approach to handling financial transactions within government contracts, particularly in the context of federal grants and RFPs.
    The National Institute on Aging (NIA) seeks to procure maintenance and repair services for five Liconic CO2 incubators utilized in Alzheimer’s research. The contract spans a base year from November 1, 2024, to October 31, 2025, with two optional one-year extensions. Services required include preventative maintenance, software and firmware upgrades, troubleshooting, and in-house training, all performed by certified technicians from Liconic. The contractor will not receive travel reimbursement, as the work will be conducted at the NIA's Bethesda, MD facility, which will also provide workspace for the technicians. Additionally, the contractor is obligated to submit written reports detailing maintenance activities. Adherence to regulations, such as Section 508 for electronic and information technology standards, is required, ensuring compliance and safeguarding of sensitive operational protocols. This project underscores the importance of maintaining vital research equipment to ensure the continuity and integrity of NIA research efforts.
    Lifecycle
    Title
    Type
    Similar Opportunities
    SERVICE AGREEMENT FOR THERMO ELECTRON LABORATORY EQUIPMENT (AMBIS 2247584)
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH) through the National Institute of Allergy and Infectious Diseases (NIAID), is soliciting quotes for maintenance agreements on Thermo Electron laboratory equipment, critical for research involving complex proteomic data. The procurement, identified by solicitation number RFQ-NIAID-25-2247584, requires comprehensive service plans for various mass spectrometry instruments, ensuring prompt maintenance response times, priority technical support, and regular preventive maintenance visits. This equipment is essential for analyzing high-value samples in ongoing research projects, and the contract period spans from March 19, 2025, to March 18, 2026. Interested vendors must submit their quotes electronically by December 30, 2024, and can contact Kimberly Rubio at kimberly.rubio@nih.gov for further information.
    Maintenance and Repair Service for Illumina Laboratory Equipment NovaSeq 6000 Sequencer
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking a contractor to provide maintenance and repair services for the Illumina NovaSeq 6000 Sequencer, a critical piece of laboratory equipment used in genetic and genomic research. The contractor will be responsible for comprehensive services, including parts, labor, travel, remote technical support, on-site assistance, software and hardware updates, and application support, all performed by certified Illumina technicians. This initiative is vital for ensuring the operational integrity of the NIH's research capabilities, with the performance period set from April 13, 2025, to October 12, 2025. Interested parties should contact Emily Palombo at emily.palombo@nih.gov for further details regarding the procurement process.
    Service and Maintenance for a DNA qualification instrument (Femto Pulse System)
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking qualified contractors to provide service and maintenance for the Agilent Femto Pulse System, a critical instrument used for DNA qualification within its Center for Alzheimer’s and Related Dementias (CARD). The procurement includes a base year and two optional years under a firm fixed price agreement, requiring certified Agilent technicians to perform preventative maintenance, software upgrades, and troubleshooting, with rapid response times mandated for service requests. This maintenance is essential for ensuring the operational capabilities of vital research equipment, which supports ongoing studies in Alzheimer's and related dementias. Interested parties should contact Rashiid Cummins at rashiid.cummins@nih.gov for further details regarding the solicitation process.
    NOTICE INTENT FOR ANNUAL SILVER SUPPORT PLAN
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH) through the National Institute of Allergy and Infectious Diseases (NIAID), intends to negotiate a sole source contract with Leica Microsystems for an Annual Silver Support Plan maintenance agreement. This contract is essential for maintaining the operational integrity of various Leica instruments that are critical to ongoing infectious disease research, and it will include comprehensive support features such as repair parts, labor, two preventative maintenance visits annually, and technical support. Interested vendors must demonstrate their capability to provide prioritized service and include proof of OEM-trained technicians in their submissions. Proposals are due by March 11, 2025, and must be submitted via the NIAID electronic Simplified Acquisition Submission System (eSASS). For further inquiries, vendors can contact Leah Hinson at leah.hinson@nih.gov.
    Bruker MALDI Biotyper® Smart System Maintenance Service
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking maintenance services for the Bruker MALDI Biotyper® Smart System. This presolicitation opportunity involves the repair and maintenance of electronic and precision equipment, crucial for supporting the NIH's research and clinical operations. The services will be performed in Bethesda, Maryland, and are essential for ensuring the optimal functionality of the MALDI Biotyper system, which plays a significant role in microbial identification and analysis. Interested vendors can reach out to Kimala Winfield at kimala.winfield@nih.gov or 301-496-7015, or Malinda Dehner at dehnerm@cc.nih.gov or 301-594-6320 for further details.
    B--To procure JEOL1400 Equipment Maintenance
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to procure maintenance services for the JEOL1400 equipment. This presolicitation opportunity aims to ensure the proper functioning and longevity of the equipment, which is critical for various research and analysis activities within the NIH. The maintenance services will fall under the NAICS code 811210, which pertains to Electronic and Precision Equipment Repair and Maintenance, highlighting the specialized nature of the required services. Interested vendors can reach out to Tiffany M. Kennedy at tiffany.kennedy@nih.gov for further details, although specific funding amounts and deadlines have not been disclosed in the current overview.
    Service and maintenance for WOLF G2 Cell Sorter with N1 Pro attachment
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking qualified contractors to provide service and maintenance for a WOLF G2 Cell Sorter with an N1 Pro attachment, crucial for cardiac RNA research. The procurement includes an initial preventative maintenance inspection and ongoing support for up to three optional years, with responsibilities encompassing repairs by factory-trained technicians and unlimited remote support. This contract is firm-fixed price, emphasizing clear cost expectations and prohibiting travel reimbursements, with all work to be performed at the Government Laboratory of Cardiovascular Science in Baltimore, Maryland. Interested parties should contact Rashiid Cummins at rashiid.cummins@nih.gov for further details.
    Maintenance and Repair Service for Illumina Laboratory Equipment
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking qualified contractors to provide maintenance and repair services for Illumina laboratory equipment. The procurement aims to ensure the operational efficiency and reliability of critical laboratory instruments, which are essential for various biomedical research activities. The services will be performed in Baltimore, Maryland, and are categorized under the NAICS code 811210, focusing on electronic and precision equipment repair and maintenance. Interested parties can reach out to Hashim Dasti at hashim.dasti@nih.gov or call 301-402-8225 for further information regarding this opportunity.
    Service/Maintenance Agreement for the Lab2Lab pneumatic tubing system
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking a contractor to provide a service and maintenance agreement for the Lab2Lab pneumatic tubing system. This procurement aims to ensure the reliable operation and upkeep of the pneumatic tubing system, which is crucial for efficient laboratory operations and the transportation of samples within the NIH facilities. The selected contractor will be responsible for maintenance and repair services, adhering to the standards set forth in the NAICS code 811210, which pertains to electronic and precision equipment repair and maintenance. Interested parties can reach out to Kaitlyn Landi at kaitlyn.landi@nih.gov or by phone at 301-827-1804 for further details regarding this opportunity.
    Notice of Intent for Fluent Liquid Handler Maintenance Service
    Buyer not available
    The National Institutes of Health (NIH), specifically the National Institute of Allergy and Infectious Diseases (NIAID), is issuing a pre-solicitation notice for a sole-source maintenance and service agreement for the Tecan Fluent 780 Base Unit. The contract will encompass annual preventative maintenance, hardware and software updates, utilization software service, hotline support, and a guaranteed 48-hour response time, all to be conducted by Tecan-certified professionals. This maintenance service is crucial for ensuring the operational continuity of essential laboratory equipment while adhering to regulatory compliance. Interested suppliers must submit their qualifications by March 12, 2025, through the NIAID electronic Simplified Acquisition Submission System (eSASS), and inquiries can be directed to Leah Hinson at leah.hinson@nih.gov.