SOLICITATION NOTICE
J -- Maintenance Agreement
- Notice Date
- 3/9/2009
- Notice Type
- Presolicitation
- NAICS
- 334517
— Irradiation Apparatus Manufacturing
- Contracting Office
- Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
- ZIP Code
- 20857-0001
- Solicitation Number
- FDA-SOL-09-1054222
- Archive Date
- 4/11/2009
- Point of Contact
- Jeankite Joseph,, Phone: 301-827-5095, Christopher E. Cunningham,, Phone: 301-827-7185
- E-Mail Address
-
jeankite.joseph@fda.hhs.gov, christopher.cunningham@fda.hhs.gov
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Food and Drug Administration (FDA) is soliciting to purchase a Maintenance Agreement on several Heimann X-ray Machine located at various FDA facilities in the Washington DC Metro Area. STATEMENT OF WORK: The following contract is required to repair and maintenance services to all of the Agency’s Heimann X-Ray equipment located at various FDA facilities in the Washington DC Metro Area. Please see equipment locations, models, and serial numbers. •Vendor must provide 24 hour response time for repair of equipment •Service actions performed by the vendor will include all parts, materials and labor required to adjust, maintain, repair or restore the equipment to proper operating conditions in accordance with the manufacturer’s (Heimann/Smiths Detection) specifications. All parts must be authentic Heimann parts. •Services will be provided by the vendor Monday through Friday between 8 a.m. and 5 p.m. for remedial maintenance. •All regular travel between 8am and 5pm., Monday through Friday, and subsistence related expenses including freight will be covered by the vendor. •One annual preventive maintenance inspection of each x-ray machine will be conducted per calendar year. •Vendor must have direct access to Heimann/Smiths Detection design engineering documentation to enable field retrofits and upgrades to existing Heimann equipment. •Vendor must maintain a complete inventory of maintenance and repair parts and provide repair or replacement of parts within 48 hours. •Vendor must provide factory trained and certified Heimann service engineers. •Vendor shall provide additional Heimann X-ray units (including hardware, propriety Smith’s Detection software, and authentic Smith’s Detection accessories) at the request of FDA. The purchase of additional units will be funded by task order. Heimann Systems FDA XRAY MACHINE LOCATIONS BUILDINGMODEL NO.SERIAL NO.COMMENTS 2094 Gaither Rd.6030di24147 2098 Gaither Rd.6030di24083 16071 Industrial Dr.6030di24148 11919 Rockville Pike6030di26200Main Lobby 11919 Rockville Pike6030di26201Shipping & Receiving 11919 Rockville Pike6030di25211P1 Lobby White Oak Campus6030di26423CDER Office Building Lobby 7500 Standish Place6030di50277Rear Entrance White Oak Campus6030di27272WO64 White Oak Campus6030di24221BLDG 22 College Park 26030di25766LD White Oak Campus6030di26198BLDG 21 5901 Ammendale Rd7555i27304Bldg B. doc room MRC6030di26419MOD2 Lobby MRC6040i50122MOD1 Lobby White Oak CampusHS907571009WO62 LD White Oak Campus7555i67129WO1 Lobby White Oak Campus6040i77948WO1 White Oak Campus6040i77950WO1 College Park 17555i20926LD College Park 16040i21441Main Lobby The offeror should demonstrate in its proposal that the objectives in the statement of work are understood and offer a logical approach to their achievement. Award will be made to the offeror who is deemed most responsive, whose proposed quote conforms to all requirements, and is judged to represent the best value to the government. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-30. The associated NAICS code is 334517 and small business size standard is $500.0 Million. Period of Performance: October 01, 2009 through September 30, 2010 with Four (4) Option Years •Option Year 1: 10/1/10-9/30/11 •Option Year 2: 10/1/11-9/30/12 •Option Year 3: 10/1/12-9/30/13 •Option Year 4: 10/1/13-9/30/14 Incremental Funding Planned: (x) yes ( ) no Evaluation Criteria: The FDA will evaluate the offerors proposal submission based on Technical, Past performance, and Price as described below. Technical, Past Performance, and Price are of equal importance. A- Technical Approach and Expertise: The offeror’s proposal shall include a detailed, technically and methodically sound maintenance plan for all Heimann x-ray machines listed for FDA locations in the Washington, DC metropolitan area and a plan addressing procedures for scheduling maintenance and performing repair and service of equipment within a 24 hour response time. The plans shall include how maintenance and service calls will be administered. The plan shall include the personnel and material resources to be committed to accomplishing the plan and indicate the assignments of key personnel. The plan must also demonstrate the offeror’s understanding of all relevant industry related technical and mechanical methods and the managerial skills required for timely completion of all tasks set forth in the Statement of Work which shall include, but are not limited to, the following: 1)Demonstrated evidence that offeror’s repair/maintenance technicians are formally trained and certified by Smith’s Detection on Heimann X-ray Machines and other related equipment. 2) Demonstrated evidence that offeror’s technicians are experienced in maintenance and repair of Heimann X-Ray machines and other related equipment list in the Statement of Work 3)The adequacy and suitability of the offeror’s support personnel, and subcontractor(s) support personnel. Identify personnel who will be assigned to this requirement and demonstrate their qualifications, background, recent experience and specific accomplishments. 4)Demonstrated evidence that the Contractor has a sufficient number of personnel or subcontractors and to be able to respond within a 24 hour timeframe. 5)Demonstrated evidence that the Contractor has accessibility to official Heimann equipment and parts. Emergencies: Demonstrate the ability to support adequate staff and services in the event of an emergency. Organizational Experience : Demonstrate organizational experience in managing a maintenance and service contract for x-ray machine equipment. 1)Evidence of the availability of Heimann x-ray machine spare parts and materials for warranty and service calls. 2)Evidence of the ability to perform a maintenance and service contract for x-ray equipment for federal facilities. Provide a list of current federal facilities under contract. Quality Control Plan: Offerors shall submit a quality control plan, which addresses the adequacy and approach of the maintenance and service contract for the Heimann x-ray machines owned and operated by the FDA. B- Past Performance: Past Performance findings will be highly influential in determining the relative merits and risks associated with the Offeror’s proposal in a comparative assessment with all competitors. The Government will evaluate the reputation and quality of the Offeror’s past performance. The assessment of the Offeror’s past performance will be used as a means of evaluating the relative capability of the Offeror to other Offerors. Evaluation of past performance will be a subjective assessment based upon consideration of all relevant facts and circumstances. The Government is seeking to determine whether an Offeror has consistently demonstrated a commitment to customer satisfaction and timely delivery of services at fair and reasonable prices. Offerors will be given an opportunity to address unfavorable reports of past performance, and the Offeror’s response, or lack thereof, will be taken into consideration. In investigating the Offeror’s past performance, the Government will consider references submitted by the Offeror and may consider information from other sources. Some of the questions in the referenced evaluation questionnaires are associated with point values and some are included in the questionnaire without point values to allow the Government a subjective assessment of the Offeror’s performance. The Government will make a subjective evaluation of past performance in consideration of both average scores and responses to subjective questions. A minimum of three corporate references from contracts with a similar scope and nature completed within the last three years will be evaluated. Information may also be obtained from sources other than those identified by the offeror. C - Price: FDA will evaluate the offeror’s submission/proposal on their ability to provide support at a reasonable and realistic price (to include any discounts offered). OFFEROR MUST COMPLETE AND SUBMIT WITH ITS QUOTE, FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS – COMMERCIAL ITEMS (FEB 2009), WHICH ARE AVAILABLE ELECTRONICALLY AT: http://www.arnet.gov/far/current/html/52_212_213.html. The clause at FAR 52.212-4 (Oct 2008), Contract Terms and Conditions – Commercial Items and FAR 52.212-5 (Feb. 2009), Contract Terms and Conditions required to Implement Statutes or Executive Orders – Commercial Items, applies to this acquisition. The additional FAR clauses cited in the clause are applicable to the acquisition: (1) 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I (OCT 1995), (2) 52.219-8, Utilization of Small Business Concerns (May 2004), (3) 52.219-14, Limitations on Subcontracting (DEC 1996), (4) 52.222-21 Prohibition of Segregated Facilities (FEB 1999), (5) 52.222-26 Equal Opportunity (MAR 2007), (6) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006), (7) 52.222-36 Affirmative Action for Workers and Disabilities (JUN 1998), (8) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans on the Vietnam Era, and Other Eligible Veterans (Sept 2006) (9) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2008) (10) 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) (11) 52.232-33 Payment by Electronic Funds Transfer (Oct 2003). (12) 52.204-7 Central Contractor Registration (Apr 2008). (13) 52.217-7 Option for Increased Quantity—Separately Priced Line Item (Mar 1989) (14) 52.217-8 Option to Extend Services (Nov 1999). (15) 52.217-9 Option to Extend the Term of the Contract (Mar 2000). The quote shall be received on or before 4:00 P.M. local time, Friday March 27, 2009 at the Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, HFA-500, 5630 Fishers Lane Rockville, MD 20857, Attention: Jeankite Joseph. For information regarding this solicitation, please contact Jeankite Joseph, at 301-827-5095, Fax 301-827-7106, or email: jeankite.joseph@fda.hhhs.gov
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0c193f1378ab2fcd75d2e4878db5ba72&tab=core&_cview=1)
- Place of Performance
- Address: 10903 New Hampshire Avenue, Silver Spring, Maryland, 20993, United States
- Zip Code: 20993
- Zip Code: 20993
- Record
- SN01764747-W 20090311/090310132353-0c193f1378ab2fcd75d2e4878db5ba72 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |