SOLICITATION NOTICE
J -- Service maintenance on existing BD Biosciences flow cytometry instrumentation
- Notice Date
- 3/6/2015
- Notice Type
- Presolicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-PSOL-2015-161
- Archive Date
- 4/7/2015
- Point of Contact
- Hunter A. Tjugum, Phone: 301 435 8780
- E-Mail Address
-
hunter.tjugum@nih.gov
(hunter.tjugum@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the 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. This acquisition is being conducted in accordance with the procedures of FAR Part 13-Simplified Acquisition Procedures, FAR Subpart 13.5-Test Program for Certain Commercial Items, and FAR Part 12-Acquisition of Commercial Items. The solicitation number is HHS-NIH-NIDA-SSSA-PSOL-2015-161 and the solicitation is issued as a pre-solicitation notice of intent to award a contract on a noncompetitive basis to BD Biosciences, 2350 Qume Drive, San Jose, CA 95131, as they are the only source capable of achieving the Government's requirement. This acquisition is for a commercial item or service and is conducted under the authority of the FAR Subpart 13.5-Test Program for Certain Commercial Items, section 4202 of the Clinger-Cohen Act of 1966, and the statutory authority of: (1) FAR 6.302-1-Only one responsible source and no other supplies or services will satisfy agency requirements 41 U.S.C. 253(c)(1). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAR FAC 2005-78 December 26, 2014, and 79 December 15, 2014. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 811219, Other Electronic and Precision Equipment Repair and Maintenance, with a Size Standard of $19.0 million. This procurement is announced with no set-aside restrictions. The National Institute on Drug Abuse (NIDA), Station Support Contracts and Simplified Acquisitions Branch (SS/SA) on behalf of the National Institute of Aging (NIA) intends to procure annual service maintenance on existing government owned scientific instrumentation manufactured by and previously purchased by BD Biosciences (i.e. the Contractor). The Contractor shall provide preventative maintenance and service on the following BD Biosciences flow cytometry instrumentation: FACSCanto II Violet Laser, s/n V96300567; BD LSR II, s/n H48200011; and FACSAria II Special (no lasers), s/n P69500053. The preventive maintenance and service requirement consists of two (2) preventative maintenance (PM) inspections per year spaced at 6 month intervals; PM service includes parts, labor, travel, and all lasers if required. The Contractor shall confirm receipt of any service calls within two (2) hours of call being placed by the program official and service technician is to respond within 24 hours to conduct service. Contractor shall demonstrate that functional resolution of instrument performance specifications have been met. Specifically, the Contractor must have either an adequate supply of parts in stock and readily available to the service technicians or be able to obtain any required part within 24 hours of the service technician assessment. Contractor service technicians must be factory certified to perform maintenance on subject equipment. All service is to be warranted for 6 months and any replacement part must have at least a 12 month warranty. Contractor shall submit a written report of service and preventative maintenance inspections to the Contracting Officer's Representative (COR) within 24 hours of the service being performed. The place of performance and delivery location shall consist of the National Institute of Aging (NIA), Intramural Research Program (IRP), Flow Cytometry Shared Resource Laboratory (Flow Cytometry Core), located at the Biomedical Research Center (BRC), 251 Bayview Blvd, Baltimore, MD. The period of performance shall be effective April 1, 2015 through March 31, 2016 and contains the option to exercise up to four (4) additional one-year periods of performance. Government responsibilities include allowing the contractor access to the government installation and access to the subject equipment for service calls and PM visits. Contractor shall ensure Section 508, Electronic and Information Technology Standards are met for any software patches needed to resolve equipment malfunction or any operational problems that impact instrument reliability and usage. The COR shall be responsible for monitoring the Contractor's overall technical progress, including the surveillance and assessment of performance and recommending to the Contracting Officer (CO) changes in requirements. The CO is the only person with authority to act as agent of the Government under this contract. The following FAR provisions shall apply to this solicitation: 52.212-1, Instructions to Offerors--Commercial Items; FAR clause 52.212-2, Evaluation - Commercial Items, is applicable to this requirement. Offers will be evaluated on (1) the capability of the system quoted that meets the essential features as specified in the statement of work; (2) the government's desired delivery date of 60 days after receipt of order; and (3) price. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer. The Clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition and the Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition, including the additional clause at 52.222‐51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment‐‐Requirements (Nov 2007) (41 U.S.C. 351, et seq.). The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. Responses to this solicitation must include clear and convincing evidence of the Offerors' capability of fulfilling the requirement as it relates to the technical evaluation criteria. The price proposal must include the labor categories, an estimate of the number of hours required for each labor category, fully loaded fixed hourly rate or each labor category, breakdown and rationale for other direct costs or materials, and the total amount. In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All Offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. All responses must be received by March 23, 2015 at 12:00pm Eastern time and must reference number HHS-NIH-NIDA-SSSA-PSOL-2015-161. Responses may be submitted electronically to hunter.tjugum@nih.gov or by U.S. mail to the National Institute of Drug Abuse (NIDA), Station Support / Simplified Acquisition Branch (SS/SA), 31 Center Drive, Building 31, Room 1B59, Bethesda, Maryland 20892-2080, Attention: Hunter Tjugum. Fax responses will not be accepted. The Contract Specialist identified in this announcement may be contacted by telephone for information regarding the pre-solicitation at (301) 435-8780 prior to the closing date of this announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-PSOL-2015-161/listing.html)
- Record
- SN03660142-W 20150308/150306234242-3170765ffcdb98ce19d4296a0f19541a (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 |