MODIFICATION
J -- Service-Maintenance Agreement for a Spectrapolarimeter Instrument
- Notice Date
- 7/13/2012
- Notice Type
- Modification/Amendment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, Bldg 50 Room 422, Jefferson, Arkansas, 72079, United States
- ZIP Code
- 72079
- Solicitation Number
- 1105457
- Archive Date
- 7/31/2012
- 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
- N/A
- 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. The solicitation number is 1105457. This solicitation is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-58 dated May 18, 2012. The associated North American Industry Classification System (NAICS) Code is-811219- Other Electronic and Precision Equipment Repair and Maintenance; Small Business Size Standard is $19.0 million and issued as full and open competition. The U.S. Food and Drug Administration (FDA), Center for Biological Evaluation and Research (CBER) requires a service/maintenance agreement on a Jasco (J-815) Spectrapolarimeter Instrument (Serial Number A023461168). The instrument was purchased in 2008 from JASCO which has been continually maintained under a service/maintenance contract since the warranty expired. Services are required for a base year and three 1-year options. Spectrapolarimeter service performance specifications The service agreement shall include the following: The contractor shall meet the following performance requirements: • Minimum of one (1) planned preventative maintenance visits per year; • Unlimited on-site service/repair visits; • OEM-Certified maintenance and repair technicians shall perform all preventative maintenance, service and repairs; • Preventative maintenance, service and repairs shall include all labor, travel, and new OEM factory-certified replacement parts, components, subassemblies, etc. (except consumables); • Unlimited phone support from 8am to 5pm local time Monday through Friday; • On-site support should be supplied within three business days during local business hours. • Unlimited system software and firmware upgrades. • Instrument training class for up to three people per year; • Absolute adherence to and conformity with Original Equipment Manufacturer (OEM) specifications, manuals, bulletins, etc. in performing all preventative maintenance, services, and repairs • Service Records and Reports The Contractor shall, commensurate with the completion of each service call or preventative maintenance visit, provide the end-user of the equipment and Contracting Officer with a copy of a field service report/ticket identifying the equipment name, manufacturer, model number, and serial number of the equipment being serviced/repaired and detailing the reason for the service call, a detailed description of the work performed, the test instruments or other equipment used to affect the repair or otherwise perform the service, the name(s) and contact information of the technician who performed the repair/service, and for information purposes, the on-site hours expended and parts/components replaced. Place of Performance Work shall be formed on-site at the location of the instrument: 8800 Rockville Pike Building 29, room 300 Rockville, MD 20892 Period of Performance Base year: September 4, 2012 through September 3, 2013. Option year 1: September 4, 2013 through September 3, 2014. Option year 2: September 4, 2014 through September 3, 2015. Option year 3: September 4, 2015 through September 3, 2016. Preventative maintenance, and repair visits shall not be scheduled during Federal Holidays or Federal Closures as determined by Executive Orders or WWW.OPM.GOV. Federal holidays are as follows: New Year's Day Martin Luther King, Jr. Washington's Birthday Memorial Day Independence Day Labor Day Columbus Day Veteran's Day Thanksgiving Day Christmas Day Schedule of Items: Base Year: Service maintenance agreement as described above for the aforementioned Jasco J-815 Spectrapolarimeter instrument (Serial Number A023461168). For the service agreement services that the Contractor shall provide in the base year, the Government will pay the contractor the fixed price of $___________. Option Year 1: Service maintenance agreement as described above for the Jasco J-815 Spectrapolarimeter instrument (Serial Number A023461168). For the service agreement services that the Contractor shall provide in the option year 1, the Government will pay the contractor the fixed price of $___________. Option Year 2: Service maintenance agreement as described above for the Jasco J-815 Spectrapolarimeter instrument (Serial Number A023461168). For the service agreement services that the Contractor shall provide in the option year 2, the Government will pay the contractor the fixed price of $___________. Option Year 3: Service maintenance agreement as described above for the Jasco J-815 Spectrapolarimeter instrument (Serial Number A023461168). For the service agreement services that the Contractor shall provide in the option year 3, the Government will pay the contractor the fixed price of $___________. Contract clauses- The clause at 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 2012), applies to this acquisition. The following addenda have been attached to the clause. The following additional provisions and/or clauses apply and incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at https://www.acquisition.gov/far/ 52.204-4 Printed or Copied Double-Sided on Recycled Paper.(MAY 2011) 52.204-7 Central Contractor Registration. (FEB 2012) 52.217-8 Option to Extend Services (NOV 1999).... The Contracting Officer may exercise the option by written notice to the Contractor within 1 day of contract expiration. 52.217-9 Option to Extend the Term of the Contract (MAR 2000) (a)... within 1 day of contract expiration;.... at least 15 days before the contract expires... (c)...shall not exceed the time stated in the schedule. The following HHSAR clauses apply and can be obtained at the following website: http://farsite.hill.af.mil/VFHHSAR1.htm 352.202-1 Definitions JAN 2006 352.203-70 Anti-Lobbying JAN 2006 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations OCT 2009 352.223-70 Safety and Health JAN 2006 352.231-71 Pricing of Adjustments JAN 2001 352.242-71 Tobacco-Free Facilities JAN 2006 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. Contract Administration a. Contracting Officer/Contract Administrator Nick Sartain, Contracting Officer 3900 NCTR Road HFT-320 Jefferson, AR 72079 Phone: 870-543-7370 Email: nick.sartain@fda.hhs.gov b. Contractor's Point of Contact (Provide in proposal) Name: Phone: Email: c. Technical Point of Contact-Contracting Officer's Representative The following COR will represent the Government for the purpose of this contact: (To be completed at time of award) Name: Phone: Email: The COR is responsible for: (1) Monitoring the Contractor's technical progress, including the surveillance and assessment of performance and recommending to the Contracting Officer changes in requirements; (2) Interpreting the statement of work and any other technical performance requirements; (3) Performing technical evaluation as required; (4) Performing technical inspections and acceptances required by this contract; and (5) Assisting in the resolution of technical problems encountered during performance. The Contracting Officer is the only person with authority to act as agent of the Government under this contract. Only the Contracting Officer has authority to: (1) Direct or negotiate any changes in the statement of work; (2) Modify or extend the period of performance; (3) change the delivery schedule; (4) Authorize reimbursement to the Contractor any costs incurred during the performance of this contract; or (5) Otherwise change any terms and conditions of this contract. Invoice Submission Invoices shall be submitted to the address identified below and contain all necessary information per FAR 52.212-4 (g) in accordance with the following instructions. An original and two (2) copies shall be submitted to: FDA/OC/OA/OFO/OFS Attn: division of payment services 3900 NCTR road, HFT-324 Building 50, 6th floor suite 616 Jefferson, AR 72079 Fax 870-543-7224 An electronic invoice can be emailed to the following address: nctrinvoices@fda.hhs.gov The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (MAY 2012) applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.203-6 alt I, 204-10, 209-6, 52.209-10, 52.219-4, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-51, 52.223-15, 52.223-16, 52.223-18, 52.225-3, 52.225-13, and 52.232-33. Solicitation provisions Contract Type: Commercial Item-Firm Fixed Price. The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items (FEB 2012) applies to this solicitation. The following addenda have been attached to this provision: Addendum Paragraph (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm until September 30, 2012. The provision at FAR 52.212-2 Evaluation-Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (a) 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 quotes: (i) Technical capability of the services offered to meet or exceed the Government's requirement. (ii) Past Performance (iii) Price. Technical and past performance, when combined, are significantly more important when compared to price in determining the best value to the government; however price remains a significant factor and must be affordable. Technical capability 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 scope of work. If other than the OEM, provide experience within the last 3 years of providing this type of service for the same brand of instruments. Include documentation of technical competency on the operation and repair of the Jasco spectrapolarimeter. Such documentation should include certification from the original equipment manufacturer within the past calendar year. Past Performance Identify federal, state, local government, or private contracts for which the offeror has performed work similar to the requirement for the same brand of instruments. Provide name, telephone number, email address, contract number and description of services with dollar amount. The government is not responsible for locating or securing any information, which is not identified in the proposal however the Government reserves the right to obtain information for use in the evaluation from any and all sources including sources outside of the Government. Include the firms DUNS number with quote. (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. Offerors are afforded the opportunity to inspect the system prior to the due date of the solicitation by contacting the Contract Specialist/Contracting Officer identified herein to schedule an appointment. Failure to inspect the system will not relive the successful offeror from fully meeting the requirements of the resulting contract at the price offered. Price shall include any recertification fees. The government reserves the right to make an award without discussions. The Provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (APR 2012), applies to this acquisition. An offeror should complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. 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). Offerors 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 1105457. The offers are due in person, by postal mail or email to the point of contact listed below on or before July 16, 2012 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/1105457/listing.html)
- Place of Performance
- Address: 8800 Rockville Pike, Rockville, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN02802762-W 20120715/120713235514-830bc6513bf28342c8cec213bb5c8858 (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 |