Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 14, 2014 FBO #4585
SOLICITATION NOTICE

J -- Maintenance Agreement for Agilent Mass Spectrometers - Attachment I

Notice Date
6/12/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B130, Gaithersburg, Maryland, 20899-1410, United States
 
ZIP Code
20899-1410
 
Solicitation Number
SB1341-14-RQ-0307
 
Archive Date
7/9/2014
 
Point of Contact
Carol A. Wood, Phone: 301-975-8172, Carol A. Wood, Phone: 301-975-8172
 
E-Mail Address
carol.wood@nist.gov, carol.wood@nist.gov
(carol.wood@nist.gov, carol.wood@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
Attachment I THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THIS SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR SUBPART 13.5 TEST PROGRAM FOR CERTAIN COMMERCIAL ITEMS. This solicitation is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-74 effective May 31, 2014. The associated North American Industrial Classification System (NAICS) code for this procurement is 811219 with a small business size standard of $19.0M. This acquisition is being procured using full and open competition. Simplified acquisition procedures will be utilized. The National Institute of Standards and Technology (NIST), Material Measurement Laboratory (MML), Biomolecular Measurement Division (BMD) in Gaithersburg, Maryland is responsible for the development of NIST/NIH/EPA mass spectral and peptide tandem mass spectral libraries (http://www.nist.gov/srd/nist1a.cfm and http://www.nist.gov/mml/bmd/data/peplibdatareport.cfm. Acquisition of mass-spectral data on correctly operating gas chromatography-mass spectrometry (GC-MS), mass spectrometry-mass spectrometry (MS-MS), and liquid chromatography-mass spectrometry (LC-MS) equipment all which are manufactured by Agilent Technologies, Inc. OPTION LINE ITEMS Line items 0002, 0003, 0004, and 0005 are option line items. Quoters must provide a firm-fixed price for all option line items. Prices for option line items shall remain valid in accordance with the following: Line Item 0002, Option Period I, one year from the date of award; Line Item 0003, Option Period II, two years from the date of award; Line Item 0004, Option Period III, three years from the date of award; Line Item 0005, Option Period IV, four years from the date of award. The period of performance for all option line items shall be one year from the date of exercise of option. The Government may exercise option line items, at its discretion, at the time of award, or any time prior to the expiration date of the period of performance of the base period or any option period. Options will be exercised by the issuance of a purchase order modification (Standard Form 30). Responsible quoters shall provide pricing for all of the following line items. LINE ITEM 0001 - BASE PERIOD: Quantity one (1) year, Maintenance of Systems 1-15, described in detail on Attachment I. The Contractor shall provide maintenance in accordance with all of the requirements identified in the section entitled Maintenance Requirements. LINE ITEM 0002 - OPTION PERIOD I: Quantity one (1) year, Maintenance of Systems 1-15, described in detail on Attachment I. The Contractor shall provide maintenance in accordance with all of the requirements identified in the section entitled Maintenance Requirements. LINE ITEM 0003 - OPTION PERIOD II: Quantity one (1) year, Maintenance of Systems 1-15, described in detail on Attachment I. The Contractor shall provide maintenance in accordance with all of the requirements identified in the section entitled Maintenance Requirements. LINE ITEM 0004 - OPTION PERIOD III: Quantity one (1) year, Maintenance of Systems 1-15, described in detail on Attachment I. The Contractor shall provide maintenance in accordance with all of the requirements identified in the section entitled Maintenance Requirements. LINE ITEM 0005 - OPTION PERIOD IV: Quantity one (1) year, Maintenance of Systems 1-15, described in detail on Attachment I. The Contractor shall provide maintenance in accordance with all of the requirements identified in the section entitled Maintenance Requirements. MAINTENANCE REQUIREMENTS The following requirements apply to all systems for the base period and each one year option period. The Contractor shall perform maintenance services for all equipment identified in Attachment I. The maintenance shall include service and repair of all mechanical and electrical parts, accessories and software systems. No hardware or software upgrades are required. These requirements shall remain in effect for the base period and all option periods. 1. The maintenance shall be performed by technicians certified and authorized by Agilent Technologies. Certifications and authorizations must be active and current; 2. The Contractor shall provide telephone support for all covered hardware and software, Monday through Friday from 9:00 a.m. to 5:00 p.m. Eastern Time; 3. The Contractor shall respond to an unlimited number of service calls to perfor required repairs; 4. Travel, labor and factory-certified replacement parts must be included; 5. Old parts shall be removed from the NIST site by the Contractor at the time the repair is completed; 6. The maintenance agreement shall guarantee full repair of any and all instruments identified in Attachment I and maintain them in a manner that they function in accordance with manufacturer's specifications. Upon completion of any given repair or preventive maintenance, the equipment must meet all manufacturer specifications; 7. The Contractor shall provide one (1) preventive visit per year per instrument. Preventive maintenance visits must be scheduled at least 30 days in advance with the NIST Technical Point of Contact (TPOC) to be identified at the time of award. 8. The Contractor shall be responsible for removing equipment from NIST site for repair if needed. The Contractor shall pay all shipping charges to and from NIST and shall maintain 100% responsibility for all shipments to and from NIST; 9. On-site response time shall not be greater than four business days. DELIVERABLES AND DELIVERABLE DUE DATES On-Site Visit Report The Contractor shall document preventive maintenance and/or repairs performed on a given instrument. The report shall include any replacement parts and any warranty that is included with the part. The report shall be provided to the TIC upon completion of each on-site visit; Status Report The Contractor shall provide the on-site visit report for the on-site portion of the visit which requires that equipment be removed from the NIST site. The Contractor shall provide a status report to the TIC every two weeks until the equipment is returned. The status report shall describe the current status of the repair, issues that are holding up completion of the repair and the estimated completion date. PERIOD OF PERFORMANCE The period of performance shall be for a one year base period with four one year option periods. The period of performance for the base period and all one year option periods shall be identified at the time of award. PLACE OF PERFORMANCE Notwithstanding equipment that has to be returned to the Contractor's site for repair, the place of performance shall be the National Institute of Standards and Technology, 100 Bureau Drive, Gaithersburg, MD. GOVERNMENT FURNISHED PROPERTY With the exception of parts being replaced, all equipment presented for repair shall remain the property of the Government. To the maximum extent possible, the Government will provide data or information to the Contractor, documenting the equipment malfunction. PAYMENT SCHEDULE The Contractor shall be paid on a monthly or quarterly basis, in arrears. Proper invoices shall be approved for payment if all services required to be completed within the billing period have been successfully completed. Invoices will not be approved for payment if services are pending or outstanding. GENERAL INFORMATION Contractor Registration The Contractor must provide the name and citizenship information of the on-site technician(s) to the NIST TIC prior to arrival. The TIC will submit the name(s) and citizenship information to the NIST Office of Security in order for a given Contractor employee to enter the NIST campus to perform on-site preventive maintenance or repairs of the instruments. Vehicle Registration All Contractor employees must register their vehicles with the NIST Security Office to gain access to the campus. A valid driver's license, Government-furnished civilian ID, proof of insurance and current registration must be presented to the NIST Security Office, at which time a NIST vehicle pass will be issued. The pass shall be displayed on the vehicle's rear view mirror in accordance with instructions. The Contractor employee shall follow NIST procedures for removal and turn-in of the vehicle pass upon termination of services under this contract. (END OF MAINTENANCE REQUIREMENTS) EVALUATION CRITERIA AND BASIS FOR AWARD The Government will award a purchase order resulting from this solicitation to the responsible offeror whose quotation, conforming to the solicitation, results in the best value to the Government, price and other factors considered. The following will be used to evaluate quotations: Technical Capability Experience Past Performance Price Technical Capability, Personnel Experience, and Past Performance, when combined, shall be equal in importance to price. TECHNICAL CAPABILITY Technical capability will be evaluated to determine that the quotation meets all requirements of the Statement of Work, proposed service personnel maintain active and current certifications and authorizations to repair Agilent equipment, the prime contractor maintains an active business relationship with all proposed subcontractors and/or consultants to complete the required work, and that the prime Contractor will maintain an active role in the required work. EXPERIENCE Experience shall be evaluated to determine the degree of and relevance of experience the Contractor possesses in repairing the same or similar equipment. In determining best value, stronger consideration shall be given to Contractor's who possess direct experience repairing Agilent Technologies equipment. PAST PERFORMANCE Past Performance shall be evaluated to determine the overall quality of the product and service provided by the Contractor. Evaluation of Past Performance shall be based on the references provided and/or information provided by NIST and its affiliates. PRICE Price shall be evaluated for all quoters whose quotations are determined technically acceptable. Price will be evaluated to determine whether that total price is consistent with the technical portion of the quotation and is a fair and reasonable overall price to the Government. REQUIRED SUBMISSIONS All quoters shall submit the following: 1. For the purpose of evaluation of technical capability: -Documentation and/or product literature, which clearly demonstrates that the quoter will meet all maintenance requirements for all equipment; -Written documentation and/or correspondence between the Contractor and the manufacturer which clearly demonstrates that proposed service personnel maintain active and current certifications and authorizations to repair Agilent equipment; -If the prime Contractor is proposing a subcontractor and/or consultant(s) to perform maintenance and support requirements, documentation which shows that the prime Contractor and the proposed subcontractor have an agreement which confirm that the subcontractor/ consultant has agreed to work with the prime contractor to perform the work the subcontractor/consultant has been proposed to perform. Prime Contractors are reminded that the Government has no privity of contract with subcontractors; -Documentation, which explains how service calls will be handled when the Government contacts the prime Contractor for service. The Government has no privity of contract with subcontractors; 2. For the purpose of evaluation of experience: Project descriptions, which clearly demonstrate that the Contractor has performed repairs on the same or similar equipment. If the Contractor has repaired Agilent equipment, the model number of the equipment must be provided; 3. For the purpose of evaluation of past performance: For the purpose of past performance evaluation, a list of at least three (3) recent and relevant past performance references. The list of references shall include, at a minimum: The name of the company or organization and the reference contact person; the telephone number of the reference contact person; the contract or grant number; the amount of the contract; the address and telephone number of the Contracting Officer if applicable; the make and model of equipment serviced and the date the date services were completed; 4. A firm-fixed price, FOB Destination price quotation for the base period and each one year option period; 5. This is an Open-Market Combined Synopsis/Solicitation for a maintenance agreement for Agilent equipment, as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: a. The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR b. The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Offeror shall list exception(s) and rationale for the exception(s). Please note that this procurement IS NOT being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror's FSS or GWAC contract, and the statement required above shall be included in the quotation; 6. The DUNS # for the quoter's active System for Award Management (SAM) registration. Quoters must have an active registration at www.SAM.Gov to be considered for award; 7. If the quoter's representations and certifications do not reflect the NAICS code governing this solicitation, quoters must submit documentation that they are a small business under the NAICS code governing this solicitation. DUE DATE FOR QUOTATIONS E-mail quotations are required. All quotations must be submitted via e-mail to Carol A. Wood, Contract Specialist at Carol.wood@Nist.gov. FAX quotations will not be accepted. Submission must be received not later than 3:30 p.m. Eastern Time on Tuesday, June 24, 2014. A quotation shall be considered received when it is received in the electronic inbox of Carol Wood not later than the date and time identified herein. Questions: All questions regarding this notice must be submitted via e-mail to carol.wood@nist.gov. PROVISIONS AND CLAUSES The full text of a FAR provision or clause may be accessed electronically at www.acquisition.gov. The following provisions apply to this acquisition: 52.212-1, Instructions to Offerors - Commercial; 52.212-3, Offeror Representations and Certifications - Commercial Items; 52.217-5, Evaluation of Options In accordance with FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, offerors must complete annual representations and certifications on-line at www.SAM.Gov. If paragraph (j) of the provision applies, a written submission is required; The following clauses apply to this acquisition: 52.212-5 Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including subparagraphs: 52.203-6, Restrictions on Subcontractor Sales to the Government 52.209-6,Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-28, Post Award Small Business Program Rerepresentation 52.222-3, Convict Labor 52.222-19, Child Labor--Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Veterans 52.222-37, Employment Reports on Veterans 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 52.217-7, Option to Extend Services; 52.217-9, Option to Extend the Term of the Contract; 52.247-34, FOB Destination; and Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-14-RQ-0307/listing.html)
 
Place of Performance
Address: NIST, 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN03394019-W 20140614/140612235414-dd56dec68939a1433ea01ccb1afec834 (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.