MODIFICATION
J -- Repair and Annual Maintenance on a Photon Imager - Amendment 2
- Notice Date
- 4/3/2014
- Notice Type
- Modification/Amendment
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Other Defense Agencies, Uniformed Services University of the Health Sciences, UNIFORMED SERVICES UNIVERSITY OF THE HEALTH SCIENCES (USUHS), 4301 JONES BRIDGE ROAD, Bethesda, Maryland, 20814-4799, United States
- ZIP Code
- 20814-4799
- Solicitation Number
- HU0001-14-Q-B039
- Archive Date
- 7/31/2014
- Point of Contact
- Melissa Marcellus,
- E-Mail Address
-
Melissa.Marcellus@usuhs.edu
(Melissa.Marcellus@usuhs.edu)
- Small Business Set-Aside
- Total Small Business
- Description
- Revised Applicable Provisions & Clauses Amendment No. 2 : The purpose of this amendment is to request that quotes for the repair of the Photon Imager be on a Time & Materials basis; the service agreement is still to be quoted as a Firm Fixed Price. This amendment also revises the Provisions & Clauses to add 52.212-4 Alternate I. See Revised Applicable Provisions & Clauses Document. -- The Uniformed Services University of the Health Sciences (USU) is the Nation's federal health sciences university and is committed to excellence in military medicine and public health during peace and war. We provide the Nation with health professionals dedicated to career service in the Department of Defense and the United States Public Health Service and with scientists who serve the common good. We serve the uniformed services and the Nation as an outstanding academic health sciences center with a worldwide perspective for education, research, service, and consultation; we are unique in relating these activities to military medicine, disaster medicine, and military medical readiness. USU is located in Bethesda, MD on the grounds of the Naval Support Activity Bethesda. Additional information regarding USU and its mission can be found at: www.usuhs.mil. USU and the Armed Forces Radiobiology Research Institute (AFRRI) have a requirement for the initial repair and maintenance on a Photon Imager manufactured by BioSpace Lab. This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is a request for quotes (RFQ) for commercial items in accordance with the procedures of FAR Part 12 - Acquisition of Commercial Items and FAR Part 13 - Simplified Acquisition Procedures. This RFQ incorporates all provisions and clauses in effect through Federal Acquisition Circular (FAC) 05-72 (effective 30 January 2014) and Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 20140311 (effective 11 March 2014). This RFQ is set-aside for small business concerns under the applicable North American Industry Classification System (NAICS) Code 811219 - Other Electronic and Precision Equipment Repair and Maintenance. In order to be eligible for award of this purchase order, offerors must be registered with the System for Awards Management (SAM) located at https://www.sam.gov/portal/public/SAM/, with completed representations and certifications. Offerors interested in responding to this requirement must provide a Time & Materials (T&M) quote for the initial repair of the BioSpace Photon Imager (Serial No. PI6703043) - it is currently not working due to either a failure of several different communication cables or failure of the CCD camera; and an annual service agreement for a base period of twelve (12) months with two (2) 12-month options. A site visit will be held on 31 March 2014. See attached Site Visit Instructions for full details. A single firm fixed price (FFP) option year purchase order will be awarded for the annual service agreement, but a T&M CLIN for the repair of the Photon Imager will be awarded. The Government intends to award a single firm-fixed priced (FFP) option year purchase order (with a T&M CLIN for the repair of the Photon Imager) to the offeror representing the best value to the Government based upon the evaluation factors identified below. Evaluation factors are listed in order of importance, with most important listed first. The Government will conduct a trade-off between price and non-price factors. The Government is not required to award to the lowest priced offeror or the highest technically rated offeror. The Government reserves the right to award without discussions. Evaluation Factors (listed in order of importance) : 1. Technical : Offerors are required to submit their technical approach to meeting the requirements identified above. Offerors must display a clear understanding of the requirements. Quotes submitted by offerors who fail to demonstrate a clear understanding of the requirement may not be considered further. Quotes submitted by offerors that include the following statement, or similar, without any supporting information, may be determined to not have a clear understanding of the requirement and may not be considered: " The offeror understands the requirements and the submitted quote has met all stated objectives." Quotes should include, at a minimum, scheduled and emergency service, software upgrades, application training and support, hours of operation, labor and travel charges, and number of preventive maintenance inspections per year. 2. Past Performance : The Government shall evaluate the offeror's present and past performance on similar tasks within the past three years. Offerors must provide three (3) customer references for similar work performed. The Government reserves the right to select which reference(s) to contact. The following must be provided for each listed reference: a.Name of client and address b.Name of current point of contact including telephone number, e-mail address and title c.Contract number d.Contract value e.Contract period of performance f.A clear description of the supplies/services provided USU may request additional information at any time. Offerors will have an opportunity to address any adverse past performance history. Offerors who do not have any past performance history will not be rated favorably or unfavorably, but will instead receive a Neutral/Unknown rating for past performance. Offerors must clearly state in their quote if they do not have at least two (2) past performance references. Failure to provide this information may render an offeror's quote non-responsive and may not be considered for award. A strong history of relevant past performance may be more advantageous to the Government than a less relevant record of favorable performance. The Government reserves the right to use data provided by the offeror and data provided by alternative sources in conducting its assessment of past performance history. 3. Price : Offerors must include all applicable costs (example: repair of instrument, labor, parts, training, etc.) in their quote. The total quoted price for all applicable costs will be the evaluated price. For price analysis purposes, offerors must provide a breakout of the applicable costs (repair of instrument, labor, parts, training, etc.). The resultant award will be a firm fixed price (FFP) purchase order (with a T&M CLIN for the repair of the Photon Imager). Offerors must submit the following with their quote: •Completed copy of 252.209-7993 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability of a Felony Conviction under any Federal Law - Fiscal Year 2014 ( see attached Provisions & Clauses document); and •Completed copy of FAR Provision 52.222-48 Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification ( see attached Provisions & Clauses document). Questions/clarifications in reference to this RFQ must be submitted via email to melissa.marcellus@usuhs.edu by 31 March 2014. Any question received after 31 March 2014 will not be answered. Questions will not be answered over the phone or submitted by any other means. All questions will be answered in an amendment to the RFQ which will be posted on or around 1 April 2014. Quotes are due on or before 10:00am EST on Monday, 7 April 2014. Quotes shall be submitted via email to melissa.marcellus@usuhs.edu. Quotes will not be accepted by any other means. Late quotes will not be considered. Quote packages should include a cover sheet that provides the following information: •Company Name •Point of Contact, to include email and phone number •DUNS Number •Statement that includes acknowledgement of latest amendment number Attachments : Applicable Provisions & Clauses Site Visit Instructions
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f4ddc3ee43b854d42dbf72a35ee90b45)
- Place of Performance
- Address: Armed Forces Radiobiology Research Institute (AFRRI), 8901 Wisconsin Avenue, Bethesda, Maryland, 20889, United States
- Zip Code: 20889
- Zip Code: 20889
- Record
- SN03328308-W 20140405/140403235929-f4ddc3ee43b854d42dbf72a35ee90b45 (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 |