Repair and Maintenance Services for Agilent Equipment and Accessories
Description
***AMENDMENT 1*** The purpose of this amendment is four-fold; 1) Post a response to questions received in response to the solicitation; 2) Post a revised Statement of Work (SOW); 3) Revise the EVALUATION CRITERIA AND BASES FOR AWARD and REQUIRED SUBMISSIONS sections of the solicitation; and 4)Extend the due date of the solicitation. 1. Vendor Questions and Government Responses: Below you will find a list of questions submitted by vendors along with the Government s response: Q1. Please confirm the level of calibration service you require. A1. Traceable/accredited calibration services are not required. Some calibration elements may be included in the original manufacturer specifications. Q2. On Page 7, Group B, there is a note that reads LC/MS: Agilent 6460 System * (see, note below the Table: this PoP for this item shall be 09.08.2025 05.31.2026) In that grouping one serial number for a 1290 Thermostat is in BOLD. Does this mean that only that piece will be decommissioned, or does 5/31/26 relate to the entire LCMS system? A2. 5/31/2026 relates to the entire LCMS system. 2. Revised SOW is attached. 3. The EVALUATION CRITERIA AND BASES FOR AWARD and REQUIRED SUBMISSIONS section of the solicitation has been revised. 4. The due date of the solicitation is hereby extended to 12:00 p.m. Eastern Time on August 19, 2025. Vendors must provide a statement acknowledging Amendment 1 of the solicitation with their proposal submission. ***End of Amendment 1.*** This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a separate written solicitation document will not be issued. This solicitation is being issued under the authority of FAR Part 13.5 Simplified Acquisition Procedures. This solicitation is a Request for Quotations (RFQ) for maintenance of multiple Agilent Instruments. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisitions Circular (FAC) 2025-04, effective 06/11/2025. The associated North American Industrial Classification System (NAICS) code for this procurement is 811210 - Electronic and Precision Equipment Repair and Maintenance with a size standard of $34M. This acquisition is being procured using Full and Open (unrestricted) competition. Quoters must possess an ACTIVE registration in the System for Award Management system, www.SAM.gov, when submitting a quotation. They shall continue to be registered until the time of award, during performance, and through final payment of any contract resulting from this solicitation. Upon receipt of the quotation, the Contracting Officer will confirm that quoters have an active registration at the www.sam.gov website. If the SAM.Gov registration is inactive, the quotation will not be considered for award. The National Institute for Standards and Technology (NIST), Biomolecular Division, requires maintenance of multiple Agilent Technologies instruments in accordance with the attached Statement of Work (SOW). EVALUATION CRITERIA AND BASES FOR AWARD: The Government intends to award a single purchase order resulting from this solicitation to the responsible Contractor whose quotation, conforming to the solicitation, will provide the best value to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: Technical Approach Prior Experience Key Personnel Qualifications Past Performance Price In determining best value, each of the non-price factors are equal in importance to each other. Price is less important than the non-priced evaluation factors combined. EVALUATION CRITERIA: Factor I Technical Approach Technical capability will be evaluated to determine that the quotation meets all requirements of the SOW, Sec. III. Specific Requirements. The Government will evaluate the extent to which the Contractor has demonstrated that it has access to the manufacturer s replacement parts and software updates to perform the required services. Additionally, the Government will consider whether the Contractor has demonstrated its ability to address service call requests within 48 hours. Factor II Prior Experience NIST will evaluate whether the Prime Contractor has a minimum of two years of prior experience actively servicing the Agilent Technologies equipment listed in the SOW-Appendix I. This is a go/no-go criterion and more than two years of experience will not be evaluated more favorably. Factor III Key Personnel Qualifications NIST will evaluate the Contractor s ability to provide field personnel that have been certified within the past three years with manufacturer-issued certifications and authorizations and the requisite skills to fulfill NIST s requirements, as detailed in the SOW, Sec. IV., CONTRACTOR S MINIMUM QUALIFICATIONS. Factor IV Past Performance Evaluation of this factor will be based on the Contractor s past performance relating to management and successful performance of requirements of comparable size and complexity. Past performance will be evaluated using information obtained from references provided in the quotes and may also include any other relevant information that is available to the Government, including information on contracts with Federal, State, and Local Governments and Commercial sources. Factor V Price The proposed price will be evaluated for price reasonableness based on the total price. The total price will be calculated as follows: Total Price = Price of Base CLIN + Price of all Option CLIN(s) The proposed price must be fully consistent with the technical proposal and accurately reflect the proposed technical approach and scope of work. The Government will evaluate quotations for award inclusive of all optional line items. The Government may determine that a quotation is unacceptable if the option prices are significantly unbalanced. Evaluation of options does not obligate the Government to exercise the options. NIST intends to evaluate quotes and issue a contract based on the initial quotes received. Therefore, the Contractor s initial quote should contain the contain the Contractor s best terms from a price and technical standpoint. NIST reserves the right to request revised quotes from, or negotiate final contract terms with, one or more, but not all, Contractors if later determined by the Contracting Officer to be necessary. REQUIRED SUBMISSIONS: Contractors shall submit the following: Completed Solicitation Provisions: A completed version of all required solicitation provisions (see attached provisions/clauses document required submissions highlighted in blue). Quotation Preparation Instructions: Each quotation shall consist of four (4) separate electronic files: (1) Technical Approach, Prior Experience, Key Personnel Qualifications and Past Performance (2) Pricing Quotation (3) Completed Provisions and Clauses document (4) Small Business Subcontracting Plan 1. Technical Approach Documentation that confirms the Contractor s ability of servicing and/or providing personnel with requisite skills to service the Agilent Instruments listed in the SOW Appendix I; Documentation that demonstrates that the Contractor has access to manufacturer s replacement parts and software updates. A Letter of Certificate issued by the manufacturer verifying access is acceptable proof; and Documentation that demonstrates the Contractor s ability to address service call requests within 48 hours. 2. Prior Experience Documentation that confirms the Contractor s ability to provide personnel, with at least two years of active prior hands-on field experience servicing the Agilent Instruments listed in Appendix I. If the Contractor lacks experience with a particular model/item in Appendix I, the Contractor may describe its experience servicing technically comparable (in terms of fundamental design, function, and maintenance requirements) Agilent equipment in lieu of that specific instrument. Please note, however, that the determination of whether the equipment described is technically comparable is at the sole discretion of NIST; NIST may determine a Contractor s quote technically unacceptable if it deems that the alternative equipment described is not technically comparable. 3. Key Personnel Qualifications Documentation that confirms the proposed field specialist obtained the required manufacturer-issued certifications and authorizations within the past three years. 4. Past Performance Documentation that confirms past performance on relevant public or private sector contracts for the past two years. Documentation should describe contracts of similar type and scope. Documentation shall detail all relationships (partnerships, teaming, and subcontracting) formed with other firms for the performance of such contracts. Include relevant contact information of the client. If the Contractor has no relevant past performance, a statement to that effect shall be included in the quote. Price Quotation: (1) All Quoters shall submit a firm fixed price quotation for Contract Line Items 0001 -0005. Contractors shall provide a Firm-Fixed Price to complete the required services of the SOW for each of the items contained in the SOW Appendix I (i.e., the total Firm Fixed Price quote must be broken down by individual item). CONTRACT LINE ITEMS: Line Item 0001, Firm Fixed Price (BASE CLIN): Firm-Fixed price maintenance agreement, and travel, in accordance with the requirements set forth in the SOW. This line item shall cover equipment identified in Appendix I of the SOW that requires coverage. $__________________total firm-fixed price; OPTIONAL LINE ITEMS: Line Item 0002, Firm Fixed Price (OPT. I): Firm-Fixed price maintenance agreement, and travel, in accordance with the requirements set forth in the SOW. This line item shall cover equipment identified in Appendix I of the SOW that requires coverage. $__________________total firm-fixed price; Line Item 0003, Firm Fixed Price (OPT. II): Firm-Fixed price maintenance agreement, and travel, in accordance with the requirements set forth in the Statement of Work (SOW). This line item shall cover equipment identified in Appendix I of the SOW that requires coverage. $__________________total firm-fixed price; Line Item 0004, Firm Fixed Price (OPT. III): Firm-Fixed price maintenance agreement, and travel, in accordance with the requirements set forth in the SOW. This line item shall cover equipment identified in Appendix I of the SOW that requires coverage. $__________________total firm-fixed price; and Line Item 0005, Firm Fixed Price (OPT. IV): Firm-Fixed price maintenance agreement, and travel, in accordance with the requirements set forth in the SOW. This line item shall cover equipment identified in Appendix I of the SOW that requires coverage. $__________________total firm-fixed price. (2) The price quotation shall include a cover page with the following information The solicitation number 1333ND25QNB640352; The name and address of the Quoter; The name, phone number, and email address of the Quoter s point of contact; Government Unique Entity ID (UEI) number for Quoter s active SAM.gov registration. Any applicable discount terms. A statement that the Contractor agrees to all terms, conditions, and provisions included in the solicitation. If the Contractor objects to any of the terms and conditions contained in this solicitation, the Contractor shall state, The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: [Contractor shall list exception(s) and rationale for the exception(s)]. It is the Contractor's sole responsibility to identify any exceptions to the terms and conditions of the solicitation in their quote. A statement that the quotation is valid for a minimum of 60 days from the response deadline of this solicitation. Please note that this procurement IS NOT being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If a contractor submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the contractor s FSS or GWAC contract, and the statement required under paragraph (vi) above shall be included in the quotation. Small Business Subcontracting Plan: Each Contractor must submit a copy of its Small Business Subcontracting Plan. The plan will be reviewed but will not be used as part of the evaluation for award. DUE DATE FOR QUOTATIONS: All quotations must be submitted via e-mail to Rudolph Spencer, Contract Specialist, at rudolph.spencer@nist.gov with a carbon copy to Donald Graham, Contracting Officer, at donald.graham@nist.gov. Submissions must be received no later than 10:00 a.m. Eastern Time on August 15, 2025. FAX quotations will not be accepted. Quoters must reference the RFQ number in the subject line of the e-mail submission. Quotes shall not be deemed received by the Government until the quotation has entered the e-mail inbox of the individual(s) set forth above. Questions: All questions regarding this notice must be submitted via e-mail to rudolph.spencer@nist.gov with a carbon copy to Donald Graham, Contracting Officer, at donald.graham@nist.gov, no later than 10:00 a.m. Eastern Time on August 12, 2025. Questions submitted after this date may not be addressed by the Government prior to the quotation submission deadline. PROVISIONS AND CLAUSES: The clauses and provisions applicable to this solicitation can be found under Applicable Clauses & Provisions. The full text of a FAR provision or clause may be accessed electronically at www.acquisition.gov/far or https://www.acquisition.gov/car. ATTACHMENTS: The following attachments apply to this solicitation: The SOW Applicable Clauses & Provisions
Award Information
Not yet awarded
Notice Timeline
Combined Synopsis/Solicitation
Aug 14, 2025
Place of Performance
USA
Contacts
Rudolph Spencer
rudolph.spencer@nist.gov