Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 22, 2014 FBO #4473
SOLICITATION NOTICE

J -- Preventative Maintenance (PM) services on an existing Life Technologies Genetic Analyzer system

Notice Date
2/20/2014
 
Notice Type
Combined Synopsis/Solicitation
 
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, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
FDA_13-233-1130218
 
Archive Date
3/13/2014
 
Point of Contact
Howard Nesmith, Phone: 870-543-7459
 
E-Mail Address
howard.nesmith@fda.hhs.gov
(howard.nesmith@fda.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
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 government intends to issue a Purchase Order in accordance with FAR PART 13.106 for the requirement herein using Simplified Acquisition Procedures. The solicitation number is FDA_13-233-1130218. 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) 2005-72, January 30, 2014. The associated North American Industry Classification System (NAICS) Code is- 811219 - Other Electronic and Precision Equipment Repair and Maintenance; Size standards $19 million. This combined synopsis/solicitation is a Total 100% small business set-aside. Respondents are responsible for delivery in person, by e-mail, fax, mail or other delivery method of their complete quote and any additional documents before 1:00 pm (Central Standard Time - Local Prevailing Time in Jefferson, Arkansas) on February 26, 2014 to howard.nesmith@fda.hhs.gov, Fax (870) 543-7990, or mail to the U. S. Food and Drug Administration, OO/OFBA/OAGS, Attention of Howard Nesmith, 3900 NCTR Road, Building 50, Room 424, Jefferson, AR 72079-9502. PLEASE NOTE - The above contact information is for the Contracting Office and not the delivery address. The delivery address is indicated in the FOB Destination section below. For information regarding this solicitation, please contact Howard Nesmith by e-Mail at howard.nesmith@fda.hhs.gov. The U.S. Food and Drug Administration (FDA), National Center for Toxicological Research (NCTR), Jefferson, AR, is soliciting quotes for a Preventative Maintenance (PM) services to be performed on an existing Life Technologies Genetic Analyzer system. Statement of Work (SOW) The FDA/NCTR requires a Preventative Maintenance services contract to ensure continued and uninterrupted operation for a Life Technologies Genetic Analyzer (Model 3130-16, Serial Number 18228-020). The initial purchase order shall be for a period of one year. The purchase order will also include four (4) additional one (1) year option periods that if exercised will allow the Government to unilaterally extend the service/maintenance contract. This equipment is currently under an Original Equipment Manufacturer (OEM) Preventative Maintenance contract which expires April 20, 2014. Technical Requirements: • All maintenance and repair activities shall be performed by formally trained and certified technicians/engineers. All repairs and PM services shall be performed following Original Equipment Manufacturer (OEM specifications, manuals, and service bulletins, using OEM replacement parts, components, subassemblies, etc. • Proposed pricing for all necessary repairs and Preventative Maintenance services shall be inclusive of labor, travel, replacement parts, components, subassemblies, etc. • The PM service plan must include at least one (1) on-site visit for routine certification of the instrument per year. • At a minimum, the routine annual PM service shall include: cleaning of the instrument fluidics, alignment of the laser, necessary calibration, and optimization of overall performance. • Contractor shall provide unlimitedcorrective/remedial repair visits within 3 business days of call for service (for issues that can't be resolved remotely via phone or Internet). • The Contractor shall provide unlimited technical support Mondays - Fridays (excluding Federal Holidays) between the hours of 7:00 AM - 5:00 PM Central Time, and shall begin working on a solution to the problem within 8 business hours of contact for assistance. (e.g., telephone-based, email-based, website-based, etc.) • The service plan shall include access to Life Technologies technical developments, repair procedure bulletins, and unlimited software, firmware, and application updates. • Deliverables: 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 the 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. Item #1 Preventative Maintenance Contract as described above for Life Technologies Model 3130-16 Genetic Analyzer, Serial Number 18228-020 Period of Performance: April 21, 2014 - April 20, 2015 Fixed Price: _____________________ GSA Contract Number (if applicable): ________________________ Item #2 Option Period #1 Preventative Maintenance Contract as described above for Life Technologies Model 3130-16 Genetic Analyzer, Serial Number 18228-020 Period of Performance: April 21, 2015 - April 20, 2016 Fixed Price: _____________________ GSA Contract Number (if applicable): ________________________ Item #3 Option Period #2 Preventative Maintenance Contract as described above for Life Technologies Model 3130-16 Genetic Analyzer, Serial Number 18228-020 Period of Performance: April 21, 2016 - April 20, 2017 Fixed Price: _____________________ GSA Contract Number (if applicable): ________________________ Item #4 Option Period #3 Preventative Maintenance Contract as described above for Life Technologies Model 3130-16 Genetic Analyzer, Serial Number 18228-020 Period of Performance: April 21, 2017 - April 20, 2018 Fixed Price: _____________________ GSA Contract Number (if applicable): ________________________ Item #5 Option Period #4 Preventative Maintenance Contract as described above for Life Technologies Model 3130-16 Genetic Analyzer, Serial Number 18228-020 Period of Performance: April 21, 2018 - April 20, 2019 Fixed Price: _____________________ GSA Contract Number (if applicable): ________________________ Equipment Location U.S. Food and Drug Administration, National Center for Toxicological Research, 3900 NCTR Rd., Jefferson, AR 72079. Contract Type - Commercial Item - Firm fixed price. An official authorized to bind the Offeror must sign the terms and conditions of the offer. Offerors that fail to furnish required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. Contract clauses- The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda apply: FAR Clause 52.217-9, Option To Extend The Term Of The Contract.: (a) "...within one (1) calendar day of contract expiration...at least 30 calendar days..." (b) "...shall not exceed five (5) years." FAR 52.232-40, Providing Accelerated Payment to Small Business Subcontractors (Deviation) The supplies and/or services delivered hereunder shall be inspected and accepted at destination by the contracting officer / 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. FAR Clause 52.204-4 Printed or Copied Double-Sided on Recycled Paper 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. The Contracting Officer for this order is: To be completed at time of award: Phone: (870) 543-XXXX Email: xxxx 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 COR for this order is: to be completed at time of award. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.204-10, 52.209-6, 52.219-6, 52.219-28,, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-13, and 52.232-33. Solicitation provisions The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items applies to this solicitation. Addendum to Paragraph (b)(8) Representations and Certifications- In addition to completing the representations and certifications at FAR 52.212-3(b), the Contractor's quote shall also clearly show that the Contractor has selected the appropriate certification under FAR 52.222-48. Note: This solicitation is being issued under the premise that the Contractor will certify that the combination of equipment/service it will propose to fulfill this requirement is exempt from the Service Contract Act per the conditions set forth in FAR 52.222-48 & FAR 22.1003-4(c). If this is the case and the Contractor certifies that is exempt under the terms and conditions of 52.222-48, then clause 52.222-51 will flow per usual from this solicitation to the resulting order. In the event that a Contractor does not make this certification, traditional Service Contract Act clauses 52.222-41, and 52.222-43 shall be included in the resulting order award as well as Wage Determination WD 05-2035 (Rev.-13): http://www.wdol.gov/wdol/scafiles/std/05-2035.txt?v=13 Addendum Paragraph (c) Period for acceptance of offers. The offeror shall state on its quote that the quoted prices in its offer firm until September 30, 2014. The provision at FAR 52.212-2 Evaluation-Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (1) of that provision are as follows: The government will award the purchase order to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government on a best value (tradeoff) evaluation basis, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical Capability of the services offered to meet the Government's requirement. (ii) Past Performance. (iii) Price. When combined, Technical Capability and past performance are more important when compared to price in determining the best value to the government; however, price remains a significant factor. Technical Capability will be determined by review of the Contractor's proposed service and repair plan and how likely it is to meet or exceed the requirements of the SOW. The technical requirements as indicated above are minimal requirements only, Contractors may offer additional services as part of their quote that exceed these requirements. The Contractor should note any additional services that are being offered in excess of the minimum requirement and shall provide a detailed explanation as to what the additional services are and how they will be of benefit to the Government. The Contractor is required to provide engineers who have been formally trained and certified. The Contractor's quote shall include information about its training and certification program for technical capability evaluations in addition to other information necessary to ensure they are technically capable of meeting the performance requirements. The Contractor's quote shall also specifically address the minimum response times as identified performance requirements and sufficiently demonstrate how they will be fulfilled. Past Performance will be determined by review of recent and relevant service (completed by the Contractor within the last 3 years), where the Contractor demonstrates that it has performed services for Life Technologies Model 3130-16 Genetic Analyzers. The Government reserves the right to look to other sources of information (e.g., the Past Performance Information Retrieval System (PPIRS), etc.) to support past performance evaluations. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure information is available, vendors must furnish as part of their proposal all descriptive material necessary for the government to determine whether the service meets the technical requirements. Quotes shall include technical specifications, descriptive material, literature, brochures and other information corresponding to each minimum required item, which demonstrates the capabilities of the offeror. The Provision at FAR 52.212-3, Offerors Representations and Certifications-Commercial Items, applies to this acquisition. An offeror shall complete only paragraph (b) of the provision if the offeror has completed the annual representations and certification electronically via https://www.sam.gov/portal/public/SAM/#1 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). Clauses and provisions incorporated by reference can be obtained at http://www.acquisition.gov/far
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA_13-233-1130218/listing.html)
 
Place of Performance
Address: U.S. Food and Drug Administration, National Center for Toxicological Research, 3900 NCTR Rd., Jefferson, Arkansas, 72079, United States
Zip Code: 72079
 
Record
SN03292531-W 20140222/140220234744-56ac58e3627afeab553f3139f2e44797 (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.