SOLICITATION NOTICE
J -- Maintenance and Support
- Notice Date
- 12/17/2013
- Notice Type
- Presolicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-PS3159173
- Archive Date
- 1/7/2014
- Point of Contact
- Andrea McGee, Phone: 3014358718
- E-Mail Address
-
amcgee@nida.nih.gov
(amcgee@nida.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Institute on Drug Abuse (NIDA), Station Support Contracts and Simplified Acquisitions Branch (SS/SA) on behalf of the NINDSS intends to negotiate and award a purchase order without providing for full and open competition (Including brand-name) to AB SCIEX for preventative maintenance and repair service for an AB SCIEX Model 5800 Mass Spectrometer System. The solicitation number is HHS-NIH-NIDA-PS3159173 and the solicitation is issued as an request for proposal (RFP). This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5-Test Program for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. This combined synopsis / solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-71, November 25, 2013. The intended procurement is classified under NAICS code and small business size standard is 811219 and the business size standard is $19.0. This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures, Subpart 13.106-1 (b) (1), Soliciting from a single source and is not expected to exceed the simplified acquisition threshold. Contracts awarded using FAR Part 13-Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6-Competition Requirements. FAR provisions and clauses that apply to this acquisition are: FAR clause 52.212-1, Instructions to Offerors - Commercial Items. The Offer shall include all documents as cited in the clause. An addendum is not applicable to this provision. FAR clause 52.212-2, Evaluation - Commercial Items. FAR clause 52.212-3 Offeror Representations and Ceritifications - Commercial Items, with its offer. FAR clause at 52.217-9, Option to Extend the Term of the Contract. Contract Terms and Conditions - Commercial Items, applies to this acquisition. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. Independently and not as an agent of the Government the contractor shall provide preventative maintenance and repair service for an AB SCIEX Model 5800 Mass Spectrometer System. Specifically the preventative maintenance and repair service shall include: 1. All labor and parts needed to maintain the AB SCIEX Model 5800 MALDI TOF-TOF Mass Spectrometer System. 2. Service performed during regular business hours. 3. One (1) Preventative Maintenance (PM) inspection during the period of performance. The PM can be performed concurrently with remedial maintenance. 4. Service and Repair: All labor and replacement parts. 5. Service and repair of the equipment will be provided by an authorized AB SCIEX Service Representative. 6. Response Time: Guaranteed priority response time of 2 business day after receipt of a service call. If the contractor fails to arrive within 2 business day for reasons other than customer's failure to provide access to the equipment or causes beyond the reasonable control of the contractor, the contractor will provide customer a service plan renewal credit in an amount equivalent to one day's pro-rated charge for each day the response is late. 7. Warrants that services are provided in accordance with generally accepted standards prevailing in the instrument repair industry, or instrument training industry with respect to training services, at the time and place performed. Warranty claims must be made within ninety (90) days after services are performed. 8. Cancellation: If the maintenance agreement is terminated by the government, the contractor shall calculate at its sole discretion the total price of services actually performed and expenses actually and reasonably incurred in servicing the covered equipment under the underlying Service Plan from its effective date until the Termination Date. The government's total payment obligation to the contractor under this Agreement shall equal (1) the amount so calculated or (2) the prorated price of the underlying Service Plan from its effective date until the Termination Date, whichever is greater, plus fifteen percent (15%) of the total fee paid for the underlying Service Plan, not to exceed the total amount paid. If the termination is by contractor, other than for cause, the contractor will credit the government with or refund to customer one hundred percent (100%) of the fee paid by government for the underlying Service Plan. GOVERNMENT RESPONSIBILITIES: The government will provide the contractor access to the NINDS Facility. DELIVERY OR DELIVERABLES: The contractor will provide to the government after each preventative inspection and/or repair call a report detailing any problems encountered and repairs performed. TRAVEL: The contractor is expected to travel to the government's site in performance of this requirement. The government will not reimburse the contractor for any travel costs. CONTRACTOR EXPERIENCE REQUIREMENTS - KEY PERSONNEL : 1. The key personnel for this requirement must meet or exceed the following criteria: a. Possess the appropriate certifications, license, physical requirements to perform or preventative maintenance and repair services on AB SCIEX Equipment b. Minimum of 5 years of experience as a Field Engineer for AB SCIEX Equipment c. Must have completed all necessary certification training required to perform preventative maintenance and repair service of AB SCIEX equipment 2. The proposed key personnel will become subject to the provisions of Health and Human Services Acquisition Regulation (HHSAR) Clause HHSAR 352.242-70 KEY PERSONNEL, HHSAR 352.242-70 (January 2006) a. The key personnel specified in this contract are considered to be essential to work performance. At least 30 days prior to diverting any of the specified individuals to other programs or contracts (or as soon as possible, if an individual must be replaced, for example, as a result of leaving the employ of the Contractor), the Contractor shall notify the Contracting Officer and shall submit comprehensive justification for the diversion or replacement request (including proposed substitutions for key personnel) to permit evaluation by the Government of the impact on performance under this contract. The Contractor shall not divert or otherwise replace any key personnel without the written consent of the Contracting Officer. The Government may modify the contract to add or delete key personnel at the request of the Contractor or Government. (End of Clause) b. The following individual(s) is/are considered to be essential to the work being performed hereunder: Name Title To be determined in the contract award Field Service Engineer SECURITY REQUIREMENTS: The contractor must obtain or have approved access to the NIH campus and approved access to the NINDS Facility. Period of Performance will be for a base year and four option years. 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. In addition to a price quote, the Offeror must submit descriptive literature of the services proposed, and any other information the Offeror considers relevant to the Government's evaluation of the services proposed. The Government intends to evaluate the proposals and award the purchase order without discussion with Offerors. Therefore, the initial offer should contain the Offerors best terms for a technical and price standpoint. However, the Government reserves the right to conduct discussions, request product samples or demonstrations, if later determined by the Contracting Officer to be necessary. The Government may reject any and all offers if such action is deemed necessary. The Government may also waive informalities and minor irregularities in the offers received. In order to receive an award from NIDA, contractors must have a valid registration in the System for Award Management (SAM) located at https://www.sam.gov/portal/public/SAM/. Offerors must complete annual representations and certifications on-line at https://www.sam.gov/portal/public/SAM/. All responses must be received by December 23, 2013 12:00pm Eastern Standard Time (EST) and must reference number HHS-NIH-NIDA-PS3159173. Responses may be submitted electronically to Andrea McGee andrea.mcgee@nih.gov or by U.S. mail to the National Institute of Drug Abuse (NIDA), Station Support/Simplified Acquisition Branch (SS/SA) 9000 Rockville Pike, Bldg. 31 Rm. 1B59, Attention: Andrea McGee. Fax responses will not be accepted. "All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency." For information regarding the solicitation you may contact Andrea McGee, 301-435-8781.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-PS3159173/listing.html)
- Place of Performance
- Address: 35 Convent Drive, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03253565-W 20131219/131217235504-22e4dd42676de1126bb73863bca751e9 (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 |