SOLICITATION NOTICE
J -- Conversion of One (1) FACSAria I Flow Cytometer
- Notice Date
- 2/21/2014
- 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, 3900 NCTR Road, HFT-320, Bldg 50 | Rm 421, Jefferson, Arkansas, 72079, United States
- ZIP Code
- 72079
- Solicitation Number
- 1129619
- Archive Date
- 3/21/2014
- Point of Contact
- Crystal G. McCoskey, Phone: 8705437267
- E-Mail Address
-
crystal.mccoskey@fda.hhs.gov
(crystal.mccoskey@fda.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a 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 under Simplified Acquisition Procedures. The solicitation number is 1129619 and this solicitation is issued as a Request for Quote (RFQ). RESPONSE DATE: 3/06/2014 The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-72 effective January 30, 2014. The associated North American Industry Classification System (NAICS) Code is 811219-Laboratory Instrument Repair and Maintenance Services; FSC Code is J066. Small Business Size Standard is $19.0 Million. Acquisition is unrestricted. Contract Type: Commercial Item-Firm Fixed Price. REQUIREMENTS: Part I: General Information (Introduction/Background/Scope) The U.S. Food and Drug Administration (FDA), National Center for Toxicological Research (NCTR), Division of Genetic and Molecular Toxicology (DGMT) requires service to convert one (1) FACSAria I Flow Cytometer (Serial No. P07800167) to a FACSAria II Flow Cytometer. This service is critical to keep the instrument operational at optimal performance for the mission of DGMT's flow cytometry analysis and sorting. Due to a planned software update on the control computer from Windows XP to Window 7, the complete instrument, to include mechanics and software, needs to be upgraded for compatibility reasons. The equipment was purchased around 2008 and has been covered under a maintenance agreement since the warranty expiration around 2009. The instrument is currently being maintained by the manufacturer, Beckton, Dickinson & Co. Part II: Work Requirements A. Service Requirements At a minimum the Contractor shall: • Convert the existing FACSAria I Flow Cytometer to a FACSAria II with temperature control, inclusive of all necessary parts (wetchart, flow cells, valves, tubing, sort blocks, tube holders, aspirator, splash shields, enclosures, and nozzles), freight, labor and travel to make the required software and hardware upgrades to achieve Windows 7 operating system compatibility. • Perform all conversion activities on-site with formally trained and certified technicians/engineers, following Original Equipment Manufacturer (OEM) specifications, manuals, and service bulletins, using OEM-certified new replacement parts, components, subassemblies, etc. • Provide training on the system (details to be firmed at time of award based on offers). • Include a minimum of a 1-year parts and labor warranty from the date of acceptance. • Provide records and reports, commensurate with the completion of the upgrade, to the end-user of the equipment, to include a copy of a field service report/ticket identifying the equipment name, manufacturer, model number, and serial number of the equipment (along with any changes in the instrument's pertinent information as a result of the upgrade), a detailed description of the work performed, the test instruments or other equipment used to perform the upgrade, the name(s) and contact information of the technician who performed the upgrade, and for information purposes, the on-site hours expended and parts/components replaced. In addition, the Contractor shall provide a written report to the FDA COR and Contract Specialist, summarizing all maintenance and repair activities each time service and/or repair is performed. Part III: Supporting Information A. Place of Performance Shall be maintained at: U.S. Food and Drug Administration 3900 NCTR Rd., Bldg 53A, Rm 219 Jefferson, AR 72079 Contractor shall coordinate installation with Project Officer (to be provided with order). B. Period of Performance System upgrade shall be completed within 60 calendar days from date of award. Schedule of Items 0001- Services to convert one (1) each existing Becton, Dickinson & Co. FACSAria I Flow Cytometer to a FACSAria II with temperature control, inclusive of all necessary parts (wetchart, flow cells, valves, tubing, sort blocks, tube holders, aspirator, splash shields, enclosures, and nozzles), freight, labor and travel to make the required software and hardware upgrades to achieve Windows 7 operating system compatibility. Total $_____________ GSA Contract No. (if applicable) _____________ FAR and HHSAR Clauses and Provisions incorporated by reference may be obtained at: http://www.acquisition.gov/far/ http://www.dhhs.gov/asfr/ogapa/acquisition/acquisitionpolicies.html The provision at FAR 52.212-1, Instructions to Offerors- Commercial Items applies to this solicitation. Addenda to this provision are as follows: Prices shall be valid through 09/30/2014 and award is subject to the availability of funds. Site visits to inspect the equipment will be granted if necessary. Contact Crystal G. McCoskey at the email address or phone number below to schedule an appointment prior to 9:00 am on March 6, 2014. Failure to inspect the equipment will not relieve the successful offeror from fully meeting the requirements of the resulting contract at the price offered. The government is not responsible for locating or securing any information, which is not identified in the quote. To ensure information is available, offerors must furnish as part of their proposal all descriptive material necessary for the government to unequivocally 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 service, which demonstrates the capabilities of the Offeror. Additionally, the Offeror shall include any recent and relevant past performance information with their quote. The past performance information shall have been conducted in the past three (3) years for service of the same or substantially similar items, to include date of services, description (should also include technical literature and specifications), Original Equipment Manufacturer (OEM), dollar value, client name, client address, client point of contact name, client point of contact phone number, client point of contact email address. This solicitation is being issued under the premise that the Contractor will certify that the maintenance services are 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 2005-2035 (Rev.14): http://www.wdol.gov/wdol/scafiles/std/05-2035.txt?v=14 FAR 52.222-48 - Exemption From Application Of The Service Contract to Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment Certification (Feb 2009) (a) The offeror shall check the following certification: CERTIFICATION The offeror [ ] does [ ] does not certify that- (1) The items of equipment to be serviced under this contract are used regularly for other than Government purposes, and are sold or traded by the offeror (or subcontractor in the case of an exempt subcontractor) in substantial quantities to the general public in the course of normal business operations; (2) The services will be furnished at prices which are, or are based on, established catalog or market prices for the maintenance, calibration, or repair of equipment. (i) An "established catalog price" is a price included in a catalog, price list, schedule, or other form that is regularly maintained by the manufacturer or the offeror, is either published or otherwise available for inspection by customers, and states prices at which sales currently, or were last, made to a significant number of buyers constituting the general public. (ii) An "established market price" is a current price, established in the usual course of trade between buyers and sellers free to bargain, which can be substantiated from sources independent of the manufacturer or offeror; and (3) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract are the same as that used for these employees and equivalent employees servicing the same equipment of commercial customers. (b) Certification by the offeror as to its compliance with respect to the contract also constitutes its certification as to compliance by its subcontractor if it subcontracts out the exempt services. If the offeror certifies to the conditions in paragraph (a) of this provision, and the Contracting Officer determines in accordance with FAR 22.1003-4(c)(3) that the Service Contract Act- (1) Will not apply to this offeror, then the Service Contract Act of 1965 clause in this solicitation will not be included in any resultant contract to this offeror; or (2) Will apply to this offeror, then the clause at 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements, in this solicitation will not be included in any resultant contract awarded to this offeror, and the offeror may be provided an opportunity to submit a new offer on that basis. (c) If the offeror does not certify to the conditions in paragraph (a) of this provision- (1) The clause in this solicitation at 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements, will not be included in any resultant contract awarded to this offeror; and (2) The offeror shall notify the Contracting Officer as soon as possible, if the Contracting Officer did not attach a Service Contract Act wage determination to the solicitation. (d) The Contracting Officer may not make an award to the offeror, if the offeror fails to execute the certification in paragraph (a) of this provision or to contact the Contracting Officer as required in paragraph (c) of this provision. (End of provision) 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: (i) technical capability of the services offered to meet the Government requirement; (ii) past performance; (iii) price Technical capability and past performance are of equal importance, and when combined, are more important when compared to price. 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 service quoted meets the Government's requirement and demonstrate successful performance of the service on similar equipment. Specifically, the Offeror's ability to provide service by technicians/engineers who are certified/trained to perform work/upgrades on Becton, Dickinson & Co. FACSAria Flow Cytometers, i.e. training plan/program, access to the manufacturer's latest technical developments, upgrade procedures, application updates, software, and OEM certified parts, will be considered. Offeror's past performance will be evaluated based on the recency (within the last 3 years) and relevancy (brand, type, model of equipment serviced) of the information provided to determine the likelihood of success in performing the solicitation's requirements. Technical capability and past performance for any intended subcontractors shall be included with offer. The Provision at FAR 52.212-3, Offeror's Representations and Certifications-Commercial Items, applies to this acquisition. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. Addenda to this clause are as follows: Other Terms and Conditions Inspection and Acceptance The supplies and/or services delivered herein 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. Invoice Submission Payment terms Net 30 days after government acceptance of the supplies/services. Invoices shall be submitted quarterly in arrears of service to the attention of the Office of Financial Services identified below and contain all necessary information per FAR 52.212-4 (g) in accordance with the following instructions. I. 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 Phone: (870) 543-7446 Fax 870-543-7224 An electronic invoice can be emailed to the following address: nctrinvoices@fda.hhs.gov II. One copy each to the Contracting Officer and Contracting Officer Representative (COR) or other program center/office designee, clearly marked "courtesy copy only": Questions regarding invoice payments should be directed to the FDA payment office at phone or email reference provided above. Questions relating to when payment will be received should be directed to the FDA payment office at the email below or at (870) 543-7446 or (870) 543-7042. nctrinvoices@fda.hhs.gov. The following clauses are incorporated by reference: • FAR 52.232-40, Providing Accelerated Payment to Small Business Subcontractors • HHSAR Clauses: 352.222-70, 352.231-71 and 352.242-71 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: (b) 52.204-10, 52.209-6, 52.219-4, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-3 Alt II, 52.225-13 and 52.232-33 (c) 52.222-51 Additional Information It is the offeror's responsibility to monitor the internet site for the release of any information related to this combined synopsis/solicitation. Offerors are responsible for delivery in person, by e-mail, fax, mail or other delivery method their complete proposal and any additional documents before 2:00 pm (Central Standard Time - Local Prevailing Time in Jefferson, Arkansas) on March 6, 2014 to crystal.mccoskey@fda.hhs.gov, Fax (870) 543-7990, or mail to the U. S. Food and Drug Administration, FDA/OO/OFBA/OAGS/DAP, Attention of Crystal G. McCoskey, 3900 NCTR Road, Building 50, Room 426 Jefferson, AR 72079-9502. For information regarding this solicitation, please contact Crystal G. McCoskey by e-mail at crystal.mccoskey@fda.hhs.gov. Questions regarding this solicitation will be accepted only via email and shall be submitted no later than 09:00 AM CST on February 28, 2014. Please reference solicitation number 1129619 in subject line of all correspondence.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/1129619/listing.html)
- Place of Performance
- Address: 3900 NCTR Rd, Jefferson, Arkansas, 72079, United States
- Zip Code: 72079
- Zip Code: 72079
- Record
- SN03294237-W 20140223/140221235153-ce4e9a316ca7224a9ef9843255e0c614 (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 |