Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 10, 2012 FBO #3820
SOLICITATION NOTICE

J -- Service and Maintenance on a Thermo Fisher Mass Spectrometer - Provisions and Clauses

Notice Date
5/8/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Other Defense Agencies, TRICARE Management Activity, USUHS CONTRACTING OFFICE, 4301 JONES BRIDGE ROAD, Bethesda, Maryland, 20814-4799, United States
 
ZIP Code
20814-4799
 
Solicitation Number
HT940412QDV56
 
Archive Date
6/6/2012
 
Point of Contact
Alphonso Simmons, Phone: 301-295-1375, Michelle Creenan, Phone: 301-295-3924
 
E-Mail Address
alphonso.simmons@usuhs.edu, Michelle.Creenan@usuhs.edu
(alphonso.simmons@usuhs.edu, Michelle.Creenan@usuhs.edu)
 
Small Business Set-Aside
N/A
 
Description
Provisions and Clauses The Uniformed Services University of the Health Sciences (USUHS) located on the Walter Reed National Military Medical Center in Bethesda, MD has a requirement for service and maintenance on a Mass Spectrometer. This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This notice constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This request for quotes (RFQ) for commercial items is in accordance with FAR Part 12 - Acquisition of Commercial Items and FAR Part 13 - Simplified Acquisition Procedures. This RFQ incorporates all provisions and clauses in effect through Federal Acquisition Circular (FAC) 05-58 (April 18, 2012). See attached for applicable provisions and clauses. To be eligible for award, offerors must register, or already be registered with the Central Contractor Registration (CCR) database and the Online Representations and Certifications Application (ORCA). For more information, please see https://www.bpn.gov/ccr/default.aspx and https://orca.bpn.gov/. USUHS intends on a single firm fixed price (FFP) award for an option year order w/a base period of 12 months and four (4) one year options. Services & Maintenance is requested for the following item: ID# 061247 One Thermo Fisher 2ICP Mass Spectrometer X Series II Serial #: SN01816C Offerors are encouraged to quote their best price for this service plan. USUHS is a Department of Defense (DoD) Agency and is tax exempt. A copy of our tax exemption certificate will be provided to the selected offeror. Do not include taxes in your quoted price. The Government intends to award a single firm-fixed priced (FFP) purchase order to the offeror representing the best value to the Government based on the evaluation factors listed below. Evaluation factors are listed in order of importance, with most important listed first. The Government will conduct a trade-off between price and non-price factors. The Government is not required to award to the lowest priced offeror or the offeror quoting the highest technically rated item. The Government reserves the right to award without discussions. Evaluation Factors (Listed in order of importance): 1. Technical 2. Past Performance 3. Corporate Experience 4. Price 1. Technical - Offerors will provide a technical quote that details what is covered in the service agreement. Coverage should include, at a minimum, scheduled and emergency service, hours of operation, labor and travel charges, one preventative maintenance inspection per year, all covered replacement parts, applications support/training, and software updates when available. Covered items to include the thermo supplied PC, autosampler and chiller coverage included. 2. Past Performance: The Government shall evaluate the offeror's present and past performance on similar tasks within the past three years. Offerors must provide two (2) customer references for similar work performed. The Government reserves the right to select which reference(s) to contact. The following must be provided for each listed reference: a. Name of client and address b. Name of current point of contact including telephone number, e-mail address and title c. Contract number d. Contract value e. Contract period of performance f. A clear description of the supplies/services provided USU may request additional information at any time. Offerors will have an opportunity to address any adverse past performance history. Offerors who do not have any past performance history will not be rated favorably or unfavorably, but will instead receive a Neutral/Unknown rating for past performance. Offerors must clearly state in their quote if they do not have at least two (2) past performance references. Failure to provide this information may render an offeror's quote non-responsive and may not be considered for award. A strong history of relevant past performance may be more advantageous to the Government than a less relevant record of favorable performance. The Government reserves the right to use data provided by the offeror and data provided by alternative sources in conducting its assessment of past performance history. 3. Corporate Experience: Offerors are required to provide a narrative of their corporate experience in providing maintenance support for Thermo Fisher Mass Spectrometer. 4. Price - Offerors must include all applicable costs (Example: Components, Shipping) in their quote. The total quoted price for all components, inclusive of options, will be the evaluated price. Interested offerors are to provide pricing for the following: CLIN 0001 - Annual Service Maintenance (Base Year) CLIN 1001 [OPTION] - Annual Service Maintenance (Option Year 1) CLIN 2001 [OPTION] - Annual Service Maintenance (Option Year 2) CLIN 3001 [OPTION] - Annual Service Maintenance (Option Year 3) CLIN 4001 [OPTION] - Annual Service Maintenance (Option Year 4) The period of performance is as follows: Base Year: May 23, 2012 through May 22, 2013 Option Year 1: May 23, 2013 through May 22, 2014 Option Year 2: May 23, 2014 through May 22, 2015 Option Year 3: May 23, 2015 through May 22, 2016 Option Year 4: May 23, 2016 through May 22, 2017 The Government will evaluate quotes received by adding the total price for the base year and all options. Evaluation of the option year pricing does not obligate the Government to exercise the option(s). Quotes are due on or before 10:00pm EST on Monday, 22 May 2012. Quotes shall be submitted via email to the Contract Specialist, Alphonso Simmons, at alphonso.simmons@usuhs.edu. Quotes received after this 22 May 2012 deadline, or via any means other than email will not be evaluated. Quotes must contain a cover sheet containing the solicitation number of this combined synopsis/solicitation, offeror's DUNS number, Tax ID number, and offeror point of contact. All questions/clarifications in reference to this RFQ must be submitted via email to the above email addresses alphonso.simmons@usuhs.edu, no later than 10:00pm EST on Monday, 14 May 2012. Only electronic submissions of questions/clarifications will be accepted. Questions/clarifications will be addressed in an amendment to the solicitation via email. Any questions/clarifications submitted after 10:00pm EST on 14 May 2012, or via any means other than what is specified above, will not be answered. Place of Performance: Armed Forces Radiobiology Research Institute 8901 Wisconsin Ave Bethesda, MD 20889-5603 United States
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/04857bc49922a52dcee93e54675c8854)
 
Place of Performance
Address: Armed Forces Radiobiology Research Institute, 8901 Wisconsin Ave, Bethesda, Maryland, 20889-5603, United States
Zip Code: 20889-5603
 
Record
SN02742215-W 20120510/120508235354-04857bc49922a52dcee93e54675c8854 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.