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

66 -- Gloveless Anaerobic Chamber

Notice Date
6/12/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
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_14-233-1134340
 
Archive Date
7/3/2014
 
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_14-233-1134340. 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, May 30, 2014. The associated North American Industry Classification System (NAICS) Code is 334516 - Analytical Laboratory Instrument Manufacturing; Small Business Size Standards is 500 in number of employees. This solicitation is a 100% total 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) June 18, 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. Background: The U.S. Food and Drug Administration (FDA), National Center for Toxicological Research (NCTR), Microbiology Surveillance and Microbiology Research Animal Diagnostic and Investigative Laboratory (RADIL), conducts basic and applied research to support regulatory decision-making recommendations. This microbiology research involves the isolation, identification, and characterization of microorganisms potentially harmful to animals and humans; and includes monitoring and evaluation of the sanitation levels of animal rooms, caging, equipment, and cage washing facilities. Micro RADIL provides the NCTR research staff with veterinary laboratory diagnostics including serology, pathology, molecular diagnostics, microbiology, and parasitology. The microbiological monitoring of the test animals helps maintain the integrity of the research program by guarding against both primary and opportunistic pathogens that may interfere with research results. Statement of Need: The FDA/NCTR/RADIL requires a Gloveless Anaerobic Chamber to allow oxygen-free handling of media and specimens to support this on-going research. Minimum Requirements: • Gloveless Anaerobic Chamber • Vacuum-less pass-box system • Integrated 580-plate incubator with ambient and controlled temperature • Automated self-regenerating catalyst which cleans during over-night regeneration • Internal PC computer capable of connection to laboratory network for data review and entry • Compatible with existing laboratory gas lines and power source, to reduce reconfiguration • On-site installation by vendor representative • On-site training on chamber operation and maintenance, approx. 1 hour • No-Cost extended training course for one staff member including hands on chamber operation, maintenance, and troubleshooting, and methods and techniques in anaerobic bacteriology • Phone support for the life of the chamber, available Monday-Friday from 7:00 am to 3:00 pm Minimum Post-Warranty Service Maintenance Requirements: Post-Warranty Service Maintenance Agreement(s) to begin upon expiration of initial warranty. The Government is interested in acquiring PM services for up to an additional four (4) option periods that the Government may exercise unilaterally on an annual basis. Minimum Requirements for Preventative Maintenance Services: • At least one on-site Performance Maintenance (PM) visit per year • Shall include unlimited technical support, Mondays - Fridays (excluding Federal Holidays) between the hours of 7:00 AM - 5:00 PM Central Time. If a call is received outside of normal business hours, the Contractor shall begin working on a solution within 8 business hours of message receipt (e.g., telephone-based, email-based, website-based, etc.) • Shall include unlimited software and firmware updates • All Performance Maintenance shall be performed by formally trained and certified technicians/engineers, following Original Equipment Manufacturer (OEM) specifications, manuals, and service bulletins, using OEM replacement parts, components, subassemblies, etc. • All maintenance pricing shall be inclusive of labor, travel, replacement parts, components, subassemblies, etc. • 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. Pricing shall be inclusive of all labor, travel, parts, supplies, and other costs necessary to affect preventive maintenance. Item #1 Gloveless Anaerobic Chamber Anaerobe Systems AS-580 or Equal PRICE QUOTES MUST INCLUDE SHIPPING & HANDLING Quantity: 1 (one) Unit Price: ______________________ Make: __________________________ Model: _________________________ Part Number: ____________________ GSA Contract Number: __________________ (if applicable) Item #2 (1st Option Period) Service Maintenance Agreement One Year Service Agreement where services are performed in accordance with Minimum Post-Warranty Service Maintenance Requirements. To begin upon expiration of initial warranty period and shall continue for a Base Period of 1-Year. Unit Price: ______________________ GSA Contract Number: __________________ (if applicable) Item #3 (2nd Option Period) Service Maintenance Agreement One Year Service Agreement where services are performed in accordance with Minimum Post-Warranty Service Maintenance Requirements. To begin upon expiration of previous Service Maintenance Agreement and shall continue for a Period of 1-Year. Unit Price: ______________________ GSA Contract Number: __________________ (if applicable) Item #4 (3rd Option Period) Service Maintenance Agreement One Year Service Agreement where services are performed in accordance with Minimum Post-Warranty Service Maintenance Requirements. To begin upon expiration of the previous period and shall continue for a period of 1-year. Unit Price: ______________________ GSA Contract Number: __________________ (if applicable) Item #5 (4th Option Period) Service Maintenance Agreement One Year Service Agreement where services are performed in accordance with Minimum Post-Warranty Service Maintenance Requirements. To begin upon expiration of the previous period and shall continue for a period of 1-year. Unit Price: ______________________ GSA Contract Number: __________________ (if applicable) FOB Destination and Place of Performance: U.S. Food and Drug Administration National Center for Toxicological Research 3900 NCTR Road Jefferson, AR 72079 POC: Shall be provided at time of award. 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: 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. The following additional provisions and/or clauses apply and incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.acquisition.gov/far/ FAR Clause 52.204-4 Printed or Copied Double-Sided on Recycled Paper FAR Clause 52.204-7 Central Contractor Registration FAR Clause 52.217-9 Option to Extend the Term of the Contract (a)... within 1 day of contract expiration;.... at least 15 days before the contract expires... (c)...shall not exceed 4 years beyond expiration of the system warranty. FAR 52.232-40, Providing Accelerated Payment to Small Business Subcontractors (Deviation) 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, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.222-3 Alt. I, 52.225-13, 52.232-33, and (c) 52.222-51 The following HHSAR clauses apply and can be obtained at the following website: http://farsite.hill.af.mil/VFHHSAR1.htm 352.202-1 Definitions JAN 2006 352.203-70 Anti-Lobbying JAN 2006 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations OCT 2009 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. 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. 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: Unless otherwise expressly notified by the Offeror, all quotes received in response to this solicitation shall be evaluated under the premise that the Offeror certifies that the combination of equipment maintenance/repair services its proposing to fulfill this requirement are exempt from the Service Contract Act per the conditions set forth in FAR 52.222-48 & FAR 22.1003-4(c). Based on this premise that the Offeror certifies that its proposed services are exempt under the terms and conditions of 52.222-48, FAR clause 52.222-51-Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements will be applicable to the resulting order. In the event that an Offeror determines its proposed services do not meet the exemption, they are to expressly notify the Contracting Officer in their quotation and the 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 05-2103 (Rev.-13) http://www.wdol.gov/wdol/scafiles/std/05-2103.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 a contract resulting from this solicitation to the lowest priced (inclusive of all option years) technically acceptable responsible offeror. Offers will be evaluated on their ability to meet the service requirements provided herein. The lowest priced offer will be evaluated first. If the lowest priced offeror is not technically acceptable, the next lowest priced offer will be evaluated and so on until a technically acceptable offer is determined. Technical acceptability 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 product/service requested as stated herein. 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 mice meet 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. If an offeror has not completed the annual representations and certifications electronically at the website, the offeror shall complete only paragraphs (c) through (o) of this provision. It is the offeror's responsibility to monitor the internet site for the release of an amendment to the combined synopsis/solicitation (if any).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA_14-233-1134340/listing.html)
 
Place of Performance
Address: U.S. Food and Drug Administration, National Center for Toxicological Research, 3900 NCTR Road, Jefferson, Arkansas, 72079, United States
Zip Code: 72079
 
Record
SN03394223-W 20140614/140612235559-8ffd2506650776aa4401214dc55a3565 (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.