SOLICITATION NOTICE
J -- Litmus Rapid B Flow Cytometer Service Agreement
- Notice Date
- 3/23/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Health and Human Services, Food and Drug Administration, Office of Field Finance & Acquisition Services, HFT-320, 3900 NCTR Road, Jefferson, Arkansas, 72079-9502
- ZIP Code
- 72079-9502
- Solicitation Number
- 10-223-SOL-00073
- Archive Date
- 4/21/2010
- Point of Contact
- Nicholas E Sartain, Phone: 870-543-7370
- E-Mail Address
-
nick.sartain@fda.hhs.gov
(nick.sartain@fda.hhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) 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. This requirement is being issued in conjunction with FAR 13 Simplified Acquisition Procedures, as applicable. The solicitation number is 10-223-SOL-00073. This solicitation is issued as a Request for Quote (RFQ) and is set-aside for small business concerns. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-39. The associated North American Industry Classification System (NAICS) Code is-811219- Other Electronic and Precision Equipment Repair and Maintenance; Small Business Size Standard is $7.0 million. The Food and Drug Administration is soliciting for a service agreement on the following equipment and software: Litmus Rapid B Flow Cytometer System Service Agreement 1 Each The contractor of the service agreement plan shall perform all necessary repair service and standard preventative maintenance of the system or otherwise correct any material reproducible failure or malfunction if it represents a substantial nonconformity with the OEM current published specifications for the Instrument and the government determines and notifies the contractor that such error or malfunction substantially interferes with the normal use of the Instrument. All labor, travel and parts are included. Replaced products, components or subassemblies will be new or like new of equal performance. The contractor will provide or install further releases or upgrades relating to the software used to control the instrument. The plan shall also provide telephone technical support for the software and instrument during normal business hours 8am - 5pm Monday - Friday (US-Central Standard Time), excluding holidays. On-Site support will be provided during normal business hours with a response of 2 business days or less, when determined an on-site visit is needed. If the contractor is unable to repair the equipment to the OEM performance standards and/or obtain OEM parts and the OEM repair services are needed this cost will be borne by the contractor. Repair procedures and maintenance are to be in accordance with manufacturer's protocol. Contractor shall perform work related to service bulletins or other manufacturer's stipulated repairs that may occur during the contract period. The offeror may provide statement of coverage with their quote to determine plan acceptability. The contract will include as needed repairs and relocation of the instrument not covered in the service agreement. If repairs/relocation of the instrument is needed which are not covered by the contract, this will be accomplished via a modification to the contract to fund the requirement. The contractor must have current access to up to date and on-going OEM factory training for both hardware and software components. Period of Performance Base Period: April 9, 2010 through April 8, 2011. Option year 1: April 9, 2011 through April 8, 2012. Option year 2: April 9, 2012 through April 8, 2013. Option year 3: April 9, 2013 through April 8, 2014. Option year 4: April 9, 2014 through April 8, 2015. Scheduled items for the base and option years: 1. Service agreement for one (1) Litmus Rapid-B Flow Cytometer 1 Year tiny_mce_marker_______ Upon execution of each option, an additional twelve (12) months will be added to the contract period of performance. The following payment schedule will be effective for the option years of performance. Option Year 1: April 9, 2011 through April 8, 2012. - Service agreement for one (1) Litmus Rapid-B Flow Cytometer. By the addition of Option Year 1, the Government will pay the contractor the fixed price of tiny_mce_marker_________. Option Year 2: April 9, 2012 through April 8, 2013. - Service agreement for one (1) Litmus Rapid-B Flow Cytometer. By the addition of Option Year 2, the Government will pay the contractor the fixed price of tiny_mce_marker_________. Option Year 3: April 9, 2013 through April 8, 2014. - Service agreement for one (1) Litmus Rapid-B Flow Cytometer. By the addition of Option Year 3, the Government will pay the contractor the fixed price of tiny_mce_marker_________. Option Year 4: April 9, 2014 through April 8, 2015. - Service agreement for one (1) Litmus Rapid-B Flow Cytometer. By the addition of Option Year 4, the Government will pay the contractor the fixed price of tiny_mce_marker_________. Contract Type: Commercial Item-Firm Fixed Price. Simplified acquisition procedures will be utilized. FOB Point destination. FOB Point of Delivery for Services and Supplies will be the FDA located at 3900 NCTR Road, Jefferson, AR 72079-9502. Payment terms net 30 days after government acceptance. Standard commercial warranty is required if applicable. The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items applies to this solicitation. The following addenda have been attached to this provision: None The provision at FAR 52.212-2 Evaluation-Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (1) of that provision are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability of the items/services offered to meet the Government's requirement. (ii) Past Performance (iii) Price. Technical and past performance, when combined, are equal when compared to price. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the offeror has the capability to perform the required services which demonstrates knowledge of the requirement to meet the Government's requirement. Provide experience within the last 3 years of providing this type of service for the same brand flow cytometer. Past Performance Identify federal, state, local government, or private contracts for which the offeror has performed work similar to the SOW in this solicitation (include contracts within the last three years, point of contact, and telephone numbers). (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (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. The government reserves the right to make an award without discussions. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure information is available, vendors must furnish as part of their proposal all descriptive material necessary for the government to determine whether the product and/or service meets the technical requirements. The Government reserves the right to obtain information for use in the evaluation from any and all sources including sources outside of the Government. The Provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, applies to this acquisition. An offeror shall complete only paragraph (b) if applicable, of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following addenda have been attached to the clause. The supplies and/or services delivered hereunder shall be inspected and accepted at destination by the contracting officer's representative (COR) specified at award. If the supplies or services are acceptable, the COR shall promptly forward a report of inspection and acceptance to the paying office. If the supplies or services are not acceptable, the COR shall document the nonconforming items/services and immediately notify the contracting officer. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-51, 52.225-1, 52.225-13, and 52.232-33. The following additional provisions and/or clauses apply: 52.204-7. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.arnet.gov/far/ 52.217-8 Option to Extend Services (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 1 day of contract expiration. (End of clause) 52.217-9 Option to Extend the Term of the Contract. (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 1 day of contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months. (End of clause) 52.232-19 Availability of Funds for the Next Fiscal Year. (APR 1984) Funds are not presently available for performance under this contract beyond April 8, 2011. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond April 8, 2011, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. (End of clause) CCR Requirement - Company must be registered in the Central Contractor Registration (CCR) system before an award could be made. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice. It is the offeror's responsibility to monitor the internet site for the release of an amendment to the combined synopsis/solicitation (if any). Offers that fail to complete the required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. All responsible sources may submit an offer, which if timely received, shall be considered. The offer must reference solicitation number 10-223-SOL-00073. The offers are due in person, by postal mail, fax or email to the point of contact listed below on or before April 6, 2010 by 13:00 hours (Central Standard Time in Jefferson, Arkansas) at the Food and Drug Administration, OC/OA/OAGS, Attn: Nick Sartain, 3900 NCTR Road, HFT-320, Jefferson, AR 72079-9502. For information regarding this solicitation, please contact Nick Sartain at (870) 543-7370, FAX (870) 543-7990 or email nick.sartain@fda.hhs.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/10-223-SOL-00073/listing.html)
- Place of Performance
- Address: 3900 NCTR Road, Jefferson, Arkansas, 72079, United States
- Zip Code: 72079
- Zip Code: 72079
- Record
- SN02099842-W 20100325/100323235351-2a794126a8069f115f338dcf2eebc77b (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 |