Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 08, 2014 FBO #4579
SOLICITATION NOTICE

J -- Maintenance/Service Agreement for a Microbeta Trilux 3 Detection System, and a Harvester 96 System, Manufactured by PerkinElmer Health Sciences - FDA-14-223-SOL-1133013

Notice Date
6/6/2014
 
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-14-223-SOL-1133013
 
Archive Date
7/3/2014
 
Point of Contact
Sondea R Blair, Phone: 8705437469
 
E-Mail Address
sondea.blair@fda.hhs.gov
(sondea.blair@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
FDA-14-223-SOL-1133013 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 FDA-14-223-SOL-1133013 and 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) 2005-74 effective May 30, 2014. The associated North American Industry Classification System (NAICS) Code is 811219-Laboratory Instrument Repair and Maintenance Services, Small Business Size Standard is $19.0 Million. This RFQ is issued as full and open competition. Contract Type: Commercial Item-Firm Fixed Price. REQUIREMENTS: Part I: General Information (Introduction/Background/Scope) General Information (Introduction/Background/Scope): The Food and Drug Administration Center for Biologics Evaluation and Research requires Maintenance/Service Agreement on a Microbeta Trilux 3 Detection System, model number TRILUX3DET 1450022, Serial Number 4502860 and a Harvester 96 System, model number HARVESTER96, serial number DA04060806, manufactured by PerkinElmer Health Sciences. Ongoing FDA studies and experiments conducted at CBER require the use of the Microbeta Trilux 3 Detection System and the Harvester 96 System to perform isotopic analysis of the proliferative and cytotoxic effects of numerous cell and gene therapy products. Part II: Work Requirements • Minimum one (1) planned preventative maintenance visits per contract year. • Unlimited corrective/remedial maintenance visits within 3 business days of call for service • Unlimited technical support, Mondays - Fridays (excluding Federal Holidays) between the hours of 7:00 AM - 5:00 PM Eastern Time, within 8 business hours of contact for assistance (e.g., telephone-based, email-based, website-based, etc.) • Unlimited software and firmware updates with updates provided in a format compatible with existing software • All maintenance and repair activities shall be performed by formally trained and certified technicians/engineers, following Original Equipment Manufacturer (OEM) specifications, manuals, and service bulletins, using new OEM replacement parts, components, subassemblies, etc. • Maintenance pricing shall be inclusive of labor, travel, replacement parts, components, subassemblies, etc. • 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. Part III: Supporting Information A. Place of Performance US Food and Drug Administration Center for Biologics Evaluation and Research National Institute of Health Campus 8800 Rockville Pike Bethesda, MD 20892 Schedule of Items (See attached FDA-14-223-SOL-1133013) Period of Performance Base Year Service Agreement: July 1, 2014 through June 30, 2015 Option Year 1 Service Agreement: July 1, 2015 through June 30, 2016 Option Year 2 Service Agreement: July 1, 2016 through June 30, 2017 Option Year 3 Service Agreement: July 1, 2017 through June 30, 2018 Option Year 4 Service Agreement: July 1, 2018 through June 30, 2019 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 (April 2014), applies to this solicitation. Addenda to this provision are as follows: 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 2005-2103 (Rev.13): http://www.wdol.gov/wdol/scafiles/std/05-2103.txt?v=13 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 (Jan 1999), 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 on Microbeta Trilx3 and Harvester 96 Systems, access to the manufacturer's latest technical developments, 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. Offer shall provide detailed price quote for each option year. The government is not responsible for locating or securing any information, which is not identified in the proposal however the Government reserves the right to obtain information for use in the evaluation from any and all sources including sources outside of the Government. Offer shall include the firms DUNS number with quote. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). The Provision at FAR 52.212-3, Offeror's Representations and Certifications-Commercial Items (May 2014), applies to this acquisition. An offeror should complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at www.acquisition.gov. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items (May 2014), applies to this acquisition. Addenda to this clause are as follows: None. Other Terms and Conditions Inspection and Acceptance The services delivered herein shall be inspected and accepted at destination by the contracting officer's representative (COR) specified at award. If the 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. The following COR will represent the Government for the purpose of this contract (To be provided upon contract award): Name: Email address: Phone: Mailing Address: 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 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 contract; (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 contact information for the Contract Specialist: Name: Sondea Blair Email Address: sondea.blair@fda.hhs.gov Phone: 870.543.7469 Mailing Address: 3900 NCTR Road, HFT-30, Rm 421 Jefferson, AR 72079 Invoice Submission 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 52.204-7, System for Award Management (July 2013) • FAR 52.217-9 Option to Extend the Term of the Contract (March 2000) (a)... within 1 day of contract expiration;.... at least 10 days before the contract expires... (c)...shall not exceed 5 years. • FAR 52.232-40, Providing Accelerated Payment to Small Business Subcontractors (Dec 2013) • HHSAR Clauses: 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations, (Jan 2010) 352.223-70 Safety and Health (Jan 2006) 352.231-71 Pricing of Adjustments (Jan 2001) 352.242-71 Tobacco-free Facilities (Jan 2006) 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 I, 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 9:00 am (Central Time - Local Prevailing Time in Jefferson, Arkansas) on June 18, 2014 to sondea.blair@fda.hhs.gov, Fax (870) 543-7990, or mail to the U. S. Food and Drug Administration, FDA/OO/OFBA/OAGS/DAP, Attention of Sondea Blair, 3900 NCTR Road, Building 50, Room 421 Jefferson, AR 72079-9502. For information regarding this solicitation, please contact Sondea Blair by e-mail at sondea.blair@fda.hhs.gov. Questions regarding this solicitation will be accepted only via email and shall be submitted no later than 09:00 AM Central Time on June 13, 2014. Please reference solicitation number FDA-14-223-SOL-1133013 in subject line of all correspondence.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-14-223-SOL-1133013/listing.html)
 
Place of Performance
Address: US Food and Drug Administration, Center for Biologics Evaluation and Research, National Institute of Health Campus, 8800 Rockville Pike, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03387653-W 20140608/140606234143-5668bee8337e695feeddb4ac3a0e663c (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.