SOLICITATION NOTICE
66 -- Purchase of a service contract for Barnstead NANOpure Diamond Water Purification Systems
- Notice Date
- 9/13/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423490
— Other Professional Equipment and Supplies Merchant Wholesalers
- Contracting Office
- Department of Health and Human Services, Centers for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000, Atlanta, Georgia, 30341-4146
- ZIP Code
- 30341-4146
- Solicitation Number
- 2012-Q-15219
- Archive Date
- 10/3/2012
- Point of Contact
- Vallerie M Redd, Phone: 770-488-2845
- E-Mail Address
-
gfj3@cdc.gov
(gfj3@cdc.gov)
- Small Business Set-Aside
- N/A
- Description
- SUBJECT: Acquisition of a service contract for Barnstead NANOpure Diamond Water Purification Systems SOLICITATION NUMBER: 2012-Q-15219 RESPONSE DUE DATE/TIME: 18 September 2012/ Before 3:30 pm (1630) EASTERN TIME SECTION A - DESCRIPTION This is a combined synopsis/solicitation for commercial items prepared in accordance with the 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 solicitation is a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-40. The associated North American Industrial Classification System (NAICS) code for this procurement is 423490 - Other Professional Equipment and Supplies Merchant Wholesalers with a Standard Size of 100 employees. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. This is a RFQ for the procurement of a service contract for Barnstead NANOpure Diamond Water Purification systems.. The objective of the project is to have functional DI water units which enable the laboratory to perform quality work within the CDC's Division of Laboratory Sciences laboratory metal group. The Government intends to award a Firm Fixed-Price contract as a result of this solicitation that will include the terms and conditions that are set forth herein. SECTION B - SUPPLIES OR SERVICES AND PRICES/COSTS B.1. DESCRIPTION OF SUPPLIES & SERVICES CLIN SUPPLIES/SERVICES QTY/UNIT UNIT PRICE EXTENDED PRICE 0001 Base Year Maintenance Agreement 1 EA 0002 Option Year 1 1 EA 0003 Option Year 2 1 EA 0004 Option Year 3 1 EA 0005 Option Year 4 1 EA TOTAL AGGREGATE AMOUNT (CLINS 0001 THROUGH 0005): $ SECTION C - DESCRIPTION/SPECIFICATIONS/WORK STATEMENT STATEMENT OF WORK Title of Project: Service contract for Barnstead NANOpure Diamond Water Purification Systems. C.1 Background and Need - As part of the operation of our metal lab (NCEH/DLS/IRAT/metal group) and in order to obtain good results when analyzing patient samples (for NHANES and other related studies related to the exposure of people to trace metals), it is necessary for us to have well-functioning purifying water units. To do that, we need to have a service contract with a contractor that is able to service our 8 Barnstead units professionally and in a timely manner, in a way that will not cause delays and interfere with our day to day operations. C.2 Project Objective - The objective of the project is to have functional DI water units which are going to enable us to perform high quality laboratory work in our metal group. C.3 Scope of Work - The service contract should include 2 semi-annual services. During these services, our water units should include performing preventative maintenance, changing cartridges and sanitization of the units. -Non-Covered Parts, labor and freight will be billed at standard rates. -No emergency visits are covered under this contract. -DI cartridges will be serviced alternately in two groups as detailed below (Tables 1 & 2) to avoid service interruptions. Table 1: September 2012 Service Schedule Equipment Number DI Kit Post Post Filter UV-Lamp Disinfect B-Pure MB B-Pure 0.2 micron Labor for service 1 ea 2 ea 1 ea 1 ea 1 ea 1 ea 1 ea 6G144 x x x x x x x 6G106 x x x x x x x 6G129 x x x x x x x 6G108 x x x x x x 60054 x x x x Do not have B-Pure system x 6G145 x x x x x 6G143 x x x x 6G107 x x x x Table 2: March 2013 Service Schedule Equipment Number DI Kit Post Post Filter UV-Lamp Disinfect B-Pure MB B-Pure 0.2 micron Labor for service 1 ea 2 ea 1 ea 1 ea 1 ea 1 ea 1 ea 6G144 x x x Only service annually in March x 6G106 x x x x 6G129 x x x x 6G108 x x x x x 60054 x x x x 6G145 x x x x 6G143 x x x x x 6G107 x x x x x Table 1: September 2012 Service Schedule Equipment Number DI Kit Post Post Filter UV-Lamp Disinfect B-Pure MB B-Pure 0.2 micron Labor for service 1 ea 2 ea 1 ea 1 ea 1 ea 1 ea 1 ea 6G144 x x x x x x x 6G106 x x x x x x x 6G129 x x x x x x x 6G108 x x x x x x 60054 x x x x Do not have B-Pure system x 6G145 x x x x x 6G143 x x x x 6G107 x x x x Table 2: March 2013 Service Schedule Equipment Number DI Kit Post Post Filter UV-Lamp Disinfect B-Pure MB B-Pure 0.2 micron Labor for service 1 ea 2 ea 1 ea 1 ea 1 ea 1 ea 1 ea 6G144 x x x Only service annually in March x 6G106 x x x x 6G129 x x x x 6G108 x x x x x 60054 x x x x 6G145 x x x x 6G143 x x x x x 6G107 x x x x x C.4 Technical Requirements -The contractor shall have experience servicing Barnstead NANOpure Diamond Water Purification Systems, model D11911. The contractor shall be able to perform 2 semi-annual services as described in the scope of the work. The contractor shall spend 2 days for performing each of the semi-annual services in order not to interfere with our laboratory functionality during this time. The following supplies shall be available to the contractor in order to perform the work: - Diamond Organic Free Cartridges (Nanopure) - Post and final Filters - UV Lamps - B-pure 0.2 Micron Filter - B-Pure Mixed Bed Cartridge - Sanitization Solution C.5 Reporting Schedule - Upon completion of each of the 2 semi-annual services, the project officer will inspect the units to make sure they are all functional and that all necessary parts were replaced, after which he will sign a pick ticket in order to affirm that the work has been completed. C.6 Special Considerations - Vendor will provide for any special considerations as part of the service contact should the need arise. C.7 Government Furnished Property - No Government property furnished for this contract. Vendor will provide all necessary property to fulfill service contract. C.8 References - Vendor will provide all references including Material Safety Data Sheets to fulfill the service contract. Deliverables - Deliverable Due Provided To Semi-Annual PM audit results Within 24 hours of inspection Applicable Laboratory Team Leader Service repairs Within 72 hours of repair request, report of repairs 24 hours after repair completed Applicable Laboratory Team Leader Quality Assurance Surveillance Plan (QASP) Deliverable or Services Required Measures of Success are Indicators Standards-Criteria Acceptable Quality Maximum Allowable Degree of Deviation Requirement Method of Surveillance Incentive/ De-incentive Reporting Requirements Submission of preventive maintenance reporting requirements on Government-owned equipment, routine service reports of services performed. Timeliness Quality 100% of compliance with government requirements No deviations from the standard allowed Government inspection and acceptance Incentive - Option Exercised De-incentive - Option not exercised Repair Services Timeliness Problem Resolution Quality 100% compliance with government requirements. No deviations from standard allowed Government testing, inspections and acceptance. Customer Complaint. Incentive - Option Exercised De-incentive - Option not exercised. Preventative Maintenance Visits Timeliness Problem Resolution Quality 100% compliance with government requirements. No deviations from standard allowed Government inspection and acceptance Customer Complaint Incentive - Option Exercised De-incentive - Option not exercised SECTION D - PACKING, MARKING AND SHIPPING N/A SECTION E - INSPECTION AND ACCEPTANCE N/A SECTION F - DELIVERIES OR PERFORMANCE F.1. PERIOD OF PERFORMANCE F.1.1. PERIOD OF PERFORMANCE: 12 MONTHS AFTER AWARD F.1.2. Location of Service Maintenance will be performed at:: National Center for Environmental Health (NCEH) Division of Laboratory Sciences 4770 Buford Highway Atlanta, Georgia 30341 F.1.3 F.O.B. POINT Destination F.2. CLAUSES INCORPORATED BY REFERENCE, FAR 52.252-2 (FEB 1998) F.2.1. This contract incorporates the following clause(s) by reference, with the same force and effect as if it were given in full text. Upon request, the Contracting Officer will make its full text available. Also, the full text of a clause may be accessed electronically at this address: http://www.acquisition.gov/comp/far/index.html. F.2.2. FAR 52.247-35, F.O.B. Destination Within Consignees Premises (April 1984) SECTION G - CONTRACT ADMINISTRATION DATA G.1. GOVERNMENT REPRESENTATIVES G.1.1. Contracting Officer (CO) (Jul 1999) The Contracting Officer is the only individual who can legally commit the Government to the expenditure of public funds. No person other than the Contracting Officer can make any changes to the terms, conditions, general provisions, or other stipulations of this contract. No information, other than that which may be contained in an authorized modification to this contract, duly issued by the Contracting Officer, which may be received from any person employed by the United States Government, or otherwise, shall be considered grounds for deviation from any stipulation of this contract. (End of Clause) G.2. INVOICE SUBMISSION G.2.1. Payment by Electronic Funds Transfer (Dec 2005) (a) The Government shall use electronic funds transfer to the maximum extent possible when making payments under this contract. FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration, in Section I, requires the contractor to designate in writing a financial institution for receipt of electronic funds transfer payments. (b) In addition to Central Contractor Registration, the contractor shall make the designation by submitting the form titled "ACH Vendor/Miscellaneous Payment Enrollment Form" to the address indicated below. Note: The form is either attached to this contract (see Section L - List of Attachments) or may be obtained by contacting the Contracting Officer or the CDC Financial Management Office at (404) 718-8100. (c) In cases where the contractor has previously provided such designation, i.e., pursuant to a prior contract/order, and been enrolled in the program, the form is not required unless the designated financial institution has changed. (d) The completed form shall be mailed after award, but no later than 14 calendar days before an invoice is submitted, to the following address: The Centers for Disease Control and Prevention Financial Management Office (FMO) P.O. Box 15580 Atlanta, GA 30333 Or - Fax copy to: 404-638-5342 (End of Clause) G2.2. CDCAG001 - Invoice Submission (Mar 2006) (a) The Contractor may submit the original invoice/voucher via email: Email: FMOAPINV@CDC.GOV FINANCIAL MANAGEMENT OFFICE Email: GFJ3@CDC.GOV CONTRACTING OFFICER Email: KJG3@CDC.GOV PROJECT OFFICER (c) In accordance with 5 CFR part 1315 (Prompt Payment), CDC's Financial Management Office is the designated billing office for the purpose of determining the payment due date under FAR 32.904. (d) The Contractor shall include (as a minimum) the following information on each invoice: (1) Contractor's Name & Address (2) Contractor's Tax Identification Number (TIN) (3) Purchase Order/Contract Number and Task Order Number, if Appropriate (4) Invoice Number (5) Invoice Date (6) Contract Line Item Number and Description of Item (7) Quantity (8) Unit Price & Extended Amount for each line item (9) Shipping and Payment Terms (10) Total Amount of Invoice (11) Name, title and telephone number of person to be notified in the event of a defective invoice (12) Payment Address, if different from the information in (c)(1). (13) DUNS + 4 Number (End of Clause) SECTION H - SPECIAL CONTRACT REQUIREMENTS Not Applicable SECTION I - CONTRACT CLAUSES I.1. CLAUSES INCORPORATED BY REFERENCE, FAR 52.252-2(FEB 1998) I.1.1. This contract incorporates the following clause(s) by reference, with the same force and effect as if it were given in full text. Upon request, the Contracting Officer will make its full text available. Also, the full text of a clause may be accessed electronically at this address: http://www.acquisition.gov/comp/far/index.html. 52.203-5 Covenant Against Contingent Fees (Apr 1984) 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) 52.203-7 Anti-Kickback Procedures (Jul 1995) 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644) 52.222-3 Convict Labor (Jun 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jul 2010) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Mar 2007) 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010) 52.222-54 Employment Eligibility Verification (Jan 2009) 52.225-1 Buy American Act-Supplies (Nov 2011) 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) 52.232-33 Payment by Electronic Fund Transfer-Central Contractor Registration (Oct 2003) 52.233-2 Service of Protest (Sep 2006) 52.233-3 Protest after Award (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 52.243-1 Changes-Fixed Price (Aug 1987) I.1.7. 352.202-1 Definitions (Jan 2006) I.1.8. 352.203-70 Anti-lobbying (Jan 2006) I.1.9. 352.222-70 Contactor Cooperation in Equal Employment Opportunity Investigations (2010) I.1.10. 352.223-70 Safety and Health (Jan 2006) I.1.11. 352.239-70 Standard for Security Configurations (Jan 2010) I.1.12. 352.239-71 Standard for Encryption Language (Jan 2010) I.1.13. 352.239-72 Security Requirements for Federal Information Technology Resources (Jan 2010) I.1.14. 352.242-71 Tobacco-free Facilities (Jan 2006)= SECTION J - LIST OF ATTACHMENTS • N/A SECTION K - REPRESENTATION, CERTIFICATIONS AND OTHER STATEMENT OF OFFERORS K.1 Offer shall include a completed copy of the provision at FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items (See Section I). SECTION L - INSTRUCTIONS TO THE OFFERORS L.1. CLAUSES INCORPORATED BY REFERENCE, FAR 52.252-1(FEB 1998) L.1.1. Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/comp/far/index.html. L.1.2. FAR clause, 52.212-1 Solicitation Provisions Incorporated by Reference (Feb 1998); [NAICS Code: 334516] L.1.3 Contractor shall submit an ectronic copy of their proposal. The technical proposal is limited to 10 pages. The Government will evaluate technical proposals using the following criteria: 1. Technical Approach 50 Points 2. Past Performance 50 Points 1. Technical Approach The contractor shall certify that he is capable of repairing, maintaining, and/or servicing the current Barnstead NANOpure Diamond Water Purification Systems in accordance with the criteria below: - The water being delivered is always ≥ 18.2 mΩ-cm water - 0.2 µm internal filter is properly functioning (bacteria and particle free) - Volume dispensing controls are calibrated and accurate - Remote dispenser is leak free and operational - Sanitization of the unit is maintained - UV lamp is functional at all times - Replace/maintain Diamond Organic Free Cartridges - Replace/maintain B-pure Mixed Bed Cartridges - Replace/maintain post filters - The contractor will need to be able to spend at minimum of 2 days at our facilities such that they do not interfere with our daily functionality. The contractor should also have the ability to have a rapid response to non-scheduled service needs in order to minimize down time for laboratory procedures. 2. Past Performance Contractor shall provide past performance reviews from customers with outstanding ratings by demonstrating experience in the following areas: Contractors would be rated on the following experience: o Experience with Barnstead NANOpure Diamond Water Purification Systems, model D11911 o Minimum experience with Barnstead NANOpure Diamond Water Purification Systems o Experience with Barnstead related equipment o Experience with any water purification system o No experience with water purification systems Technical Scoring of Non-cost Factors: 80 and Above - Acceptable 79 and Below - Unacceptable Cost - No page limit. Offeror's quote shall represent the total cost for accomplishing the effort. A detailed cost breakdown should be provided. Submit one fully executed electronic copy of the solicitation to the Contracting Officer at gfj3@cdc.gov. L.1.4 Questions Deadline: All questions shall be received by email (gfj3@cdc.gov) before 5:30 p.m. EASTERN TIME on 14 September 2012. L.1.5 Quote Deadline: The quote shall be submitted electronically via e-mail to the Contracting Officer at gfj3@cdc.gov before 12:30 p.m., EASTERN TIME on 18 September 2012. L.1.6. All email responses to this notice must identify the RFQ# in the subject line of the email. L.1.7 FAXED OR MAILED QUOTES AND/OR QUESTIONS WILL NOT BE CONSIDERED. SECTION M - CRITERIA FOR AWARD M.1. AWARD: M.1.2. This is an all or none procurement. Offerors must quote on all or none of the line items. M 1.3. The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer is the lowest priced technically acceptable offer. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. M.1.4. 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/PGOA/2012-Q-15219/listing.html)
- Record
- SN02880911-W 20120915/120914000225-48cc404fde98ad3e30eda4c12eb05e99 (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 |