SOLICITATION NOTICE
W -- LEASE OF AUTOMATED MICROBIOLOGY INSTRUMENT - FAR provision 52.212-3
- Notice Date
- 6/23/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 532490
— Other Commercial and Industrial Machinery and Equipment Rental and Leasing
- Contracting Office
- Department of Health and Human Services, Indian Health Service, Billings Area Office, 2900 4th Avenue North, PO Box 36600, Billings, Montana, 59107
- ZIP Code
- 59107
- Solicitation Number
- RFQ-10-11-035-REL
- Archive Date
- 7/22/2011
- Point of Contact
- Rita E Langager, Phone: 406.247.7293
- E-Mail Address
-
rita.langager@ihs.gov
(rita.langager@ihs.gov)
- Small Business Set-Aside
- N/A
- Description
- Federal Acquisition Regulation (FAR) 52.212-3, Offeror Representations and Certifiations - Commercial Items (MAY 2011), that must be completed and submitted with the offer. 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 procurement is being conducted under Simplified Acquisition procedures pursuant to the authority of FAR Subpart 13.5, Test Program for Certain Commercial Items (10 U.S.C. 2304(g) and 2305 and 41 U.S.C. 253(g) and 253a and 253b); FAR Part 12, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994 (Public Law 103-355)); and FAR 37.101, Non-Personal Service Contract. This announcement constitutes the only solicitation; therefore, a written solicitation will not be issued. The Billings Area Indian Health Service (IHS) intends to award a fixed-price commercial item contract in response to Request for Quotation (RFQ) 10-11-035-REL. This solicitation is issued on an unrestricted basis. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-52. The associated North American Industry Classification System code is 532490 and the small business size standard is $7.0 million. PRICE SCHEDULE - LEASE OF AUTOMATED MICROBIOLOGY INSTRUMENT BASE YEAR: 12 MONTHS @ $___________________ per month = $________________________; OPTION YEAR ONE: 12 MONTHS @ $___________________ per month = $________________________; OPTION YEAR TWO: 12 MONTHS @ $___________________ per month = $________________________; OPTION YEAR THREE: 12 MONTHS @ $___________________ per month = $________________________; OPTION YEAR FOUR: 12 MONTHS @ $___________________ per month = $________________________; GRAND TOTAL: $________________________. PURPOSE OF THE CONTRACT: To obtain a 5-year lease for Microbiology testing for the Fort Belknap Service Unit, PHS Indian Health Center, Harlem, Montana. The Indian Health Service is requesting quotes that contain the lease amount, preventive maintenance and repair services, transportation, installation, and training costs. As provided in Federal Acquisition Regulation (FAR) 52.211-6, "Brand Name or Equal (AUG 1999)", the quote must include a description of the salient physical, functional, or performance characteristics of the proposed microbiology instrument and accessories. The quote should also include information relating to the net purchase price; lease/purchase options; upgrades; applicable Federal, State, or local taxes; environmental and energy efficient products and services; applicable interest rate; detailed delivery time; payment terms; probable life of the microbiology instrument; a detailed maintenance schedule; and whether the equipment is new or refurbished. Upgrades must be available for the microbiology instrument during the lease term. STATEMENT OF WORK: (1) The test system must have the ability to perform automated, discrete tests for Identification and Susceptibilities; providing ID early in 4-6 hours and susceptibility early test results in 4-6 hours. ID and Susceptibilities must be in independent test kits. (2) The system must be able to protect data by battery backup circuitry. (3) A power conditioner must be supplied with the system. (4) The system must provide a continuous flow throughput of test kits. Capacity must be a minimum of 15 test kits. System must automate card sealing, loading, optical measurement and ejection of completed test kits. (5) The system must have the ability to read a bar code off the test card and/or the organism plate. (6) The computer must have true multi-tasking and multi-user capabilities. (7) The test system must include a DVD for large capacity backup of computer stored data. (8) The data backups must have scheduled and performed automatic capability. (9) The test kits must offer biohazard safety, and once inoculated and sealed cannot be spilled. The test kits must represent a closed system. (10) The test kits must contain a factory applied barcode label. (11) The System software must have two way communications between the system and the LIS. The software must track QC by lot, test type, QC organism and expected vs. actual results. The software must have the ability to generate cumulative QC reports. At the user's discretion, the system must allow a customized patient report and the ability to access this report from the file. (12) Preventive maintenance and repair services must be available 8:00 a.m. to 5:00 p.m., Monday through Friday. Upon completion of the services a written service report shall be provided to the COTR. The service report shall include detailed information such as the services provided, equipment malfunctions, corrective action taken, or a list of parts replaced. (13) Training shall be provided to at least one person at the facility. The training shall be coordinated with the COTR or his/her designee. (14) The facility shall have access to technical support 24/7. PERIOD OF PERFORMANCE: The performance of this contract shall be for a 12-month period with four 12-month options. CONTRACTING OFFICER AUTHORITY: Authority to negotiate changes in the terms, conditions or amounts cited in this contract is reserved for the Contracting Officer. CONTRACTING OFFICER'S TECHNICAL REPRENTATIVE (COTR): The COTR shall be responsible for: (1) Coordinating the delivery and installation of the microbiology instrument; (2) Coordinating the onsite training; (3) Monitoring the maintenance services; (4) Conducting technical inspections and acceptance; and (5) Assisting the Contractor in the resolution of technical problems encountered during performance of the contract. INVOICE SUBMISSION AND PAYMENT: The Contractor shall submit its invoice to the COTR. The Contractor agrees to include the following information on each invoice: (1) Contractor's name, address and telephone number; (2) Contract Number; (3) Invoice number and date; (4) Cost or price; (5) Dates of Service; and (6) Remit to address. Payment shall be made by the Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107. PRO-CHILDREN ACT OF 1994: The Contractor certifies that it will comply with the provisions of Public Law 103-227, Pro-Children Act of 1994, which imposes restrictions on smoking where federally funded children's services are provided. PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition. The FAR provision 52.212-1, Instructions to Offerors Commercial Items; and 52.212-3, Offeror Representations and Certifications Commercial Items are incorporated by reference. The provision at 52.212-2 applies to this acquisition and is provided in full text. FAR 52.212-2 EVALUATION-COMMERCIAL ITEMS (JAN 1999): (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. The Indian Health Service will conduct a comparative evaluation of the quotations based on price and the other price related factors. The Indian Health Service shall award a contract to the Contractor that can provide the equipment and services that represents the best value to the Government. The following factors shall be used to evaluate offers: (1) Microbiology Instrument = 70 POINTS. (The Contractor must provide literature with the price quote that identifies the features of the microbiology instrument as well as the requirements for Installation, Training, and Preventive Maintenance and Repair Services). (2) Past Performance = 30 POINTS. The offeror must demonstrate its record of successful performance in past contracts, Government and/or commercial. Each offeror will be evaluated on its performance under existing and prior contracts. The Contractor must furnish a minimum of 3 references or other evidence that verifies the services required by this contract can be fulfilled without creating undue hardship upon the Company or the Indian Health Service. The offeror must include the following information. (1) Name of Government agency/Company; (2) Contract number, if applicable; (3) Dates of Service; (4) Total contract value; (5) Contracting Officer/Company Manager and telephone number; and (6) Program Manager and telephone number, if applicable. Technical and past performance, when combined, are considered approximately equal. (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 following FAR and Health and Human Services Acquisition Regulation (HHSAR) clauses are applicable: 52.204-4, 52.204-9, 52.207-5, 52.211-6, 52.212-4, 52.212-5, 52.215-5, 52.217-8, 52.217-9, 52.223-5, 52.223-6, 52.225-25, 52.229-3, 52.232-18, 52.237-1, 52.237-2, 52.237-3, 52.242-15, 52.242-17, 352.201-70, 352.202-1, 352.203-70, 352.222-70, 352.223-70, 352.224-70, 352.227-70, 352.231-71, 352.237-70, 352.237-71, 352.237-72, 352.239-73, 352.242-71, 352.242-72, 352.242-73, 352.270-2 and 352.270-3. The following FAR clauses cited in 52.212-5 are applicable to the acquisition: 52.203-6 with Alternate I, 52.209-6, 52.219-8, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-51, 52.222-54, 52.223-18, 52.225-13 and 52.232-33. Upon request, the Contracting Officer will provide full text copies of the FAR and HHSAR provisions and clauses. The provisions and clauses may also be accessed electronically at https://www.acquisition.gov/ and http://ecfr.gpoaccess.gov/cgi/t/text/text-idx?c=ecfr&sid=3524d214210697effd2fd5c77848a806&rgn=div5&view=text&node=48:4.0.1.8.33&idno=48. PROPOSAL SUBMISSION INSTRUCTIONS: The Contractor shall submit a completed copy of FAR 52.212-3 with its offer. Contractors intending to conduct business with the Federal Government must register with the Department of Defense Central Contractor Registration (CCR) database prior to award. The CCR is the primary Government repository, which retains information on Government contractors. You may register via the Internet at http://www.ccr.gov or by calling (888) 227-2423 or (269) 961-5757. All responsible offerors may submit a proposal, which shall be considered by the Agency. Offers shall be submitted to the Billings Area Indian Health Service, 2900 Fourth Avenue North, Room 304, Billings, Montana 59101, no later than 2:00 p.m., on July 7, 2011. The offer must be submitted in a sealed envelope, addressed to this office, showing the time specified for receipt, the solicitation number, and your company name and address. Offers will also be accepted by e-mail at Rita.Langager@ihs.gov or by fax at (406) 247-7108. ACCEPTANCE PERIOD: Your proposal must stipulate that it is predicated upon all the terms and conditions of this RFQ. In addition, it must contain a statement to the effect that it is firm for a period of at least 90 days from the date of receipt by the Government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-BILLINGS/RFQ-10-11-035-REL/listing.html)
- Record
- SN02480484-W 20110625/110623234932-46de45d4b4160c572850db115de35ad1 (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 |