SOLICITATION NOTICE
J -- Maintenance and Repair Services for the Automated Rodent Cage Bedding Handling System - Statement of Work
- Notice Date
- 8/18/2015
- Notice Type
- Combined Synopsis/Solicitation
- 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)-15-616
- Archive Date
- 9/11/2015
- Point of Contact
- Andriani Buck, Phone: 3014021677
- E-Mail Address
-
andriani.buck@nih.gov
(andriani.buck@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- SOW COMBINED SYNOPSIS / SOLICITATION 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. The solicitation number is HHS-NIH-NIDA-(SSSA)-15-616 and the solicitation is issued as a request for proposal (RFP). This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5-Test Program for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is expected to exceed the simplified acquisition threshold. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-83 effective August 4, 2015. This acquisition is unrestricted. The associated NAICS code 811219 and the small business size standard $20.5. STATEMENT OF OBJECTIVES The purpose of this acquisition is to award a service agreement for maintenance and repair services, including parts, for the automated rodent cage bedding handling system. Title: NINDS Division of Intramural Research (DIR) Maintenance and Repair Services for the Automated Rodent Cage Bedding Handling System The National Institutes of Health (NIH) is the nation's leading medical research agency and the primary Federal agency whose mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life and reduce illness and disability. The National Institutes of Health is comprised of 27 Institutes and Centers. The National Institute of Neurological Disorders and Stroke (NINDS), is one of those member institutes. The mission of NINDS is to seek fundamental knowledge about the brain and nervous system and to use that knowledge to reduce the burden of neurological disease. The Building 35 SAF has an automated rodent cage bedding handling system manufactured by Roe Biomedical Products, Inc. This system is an essential component in the efficient handling of the daily and weekly rodent cage processing volume. The automated rodent cage bedding handling system consists of a vacuum bedding removal component (Roe Model # VBRS 9400) which assists in the removal of soiled cage bedding material from individual rodent cages, and a vacuum bedding dispensing component (Roe Model # VBDS 4900) which assists in the dispensing of clean hardwood chip bedding material into clean rodent cages. Scope of Work The contractor shall provide a comprehensive service agreement for the Roe bedding handling equipment listed in the equipment schedule above. The Period of Performance (PoP) is as follows: Base Year: September 30, 2015 thru September 29, 2016 Option Year 1: September 30, 2016 thru September 29, 2017 Option Year 2: September 30, 2017 thru September 29, 2018 Option Year 3: September 30, 2018 thru September 29, 2019 Option Year 4: September 30, 2019 thru September 29, 2020 The Roe bedding handling system listed in the ‘Equipment Description' chart above has been under warranty or under a service agreement since installation. The contractor may, therefore, assume that each piece of equipment has been properly serviced and maintained and will not need significant repair, adjustment, or replacement parts prior to the commencement of the multi-year service agreement. It is anticipated that the contract type will be a firm fixed price contract. Additional labor hours and parts may be purchased at the Government's discretion as a modification to the purchase order at the predetermined prices detailed in the awardee's proposal. Please refer to the attached Statement of Work for further detail and specifications. FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Offerors must include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. FAR clause 52.212.-2, Evaluation - Commercial Items, is applicable to this requirement. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: FactorsScore Corporate Experience. The contractor has demonstrated that it has the corporate experience to meet the requirements outlined in the statement of work for the duration of the agreement. The contractor must have documented 3 years' of experience performing a service contract for a Roe automated rodent cage bedding handling system, or a system similar in scope. Documentation should include the contact information of someone able to verify these contracts; contact information should, at a minimum, include the name, title, phone number, and business address.20 Technical Expertise. The contractor has demonstrated that it has the technical expertise, certification and experience to provide efficient and timely repair and service to the automated bedding handling equipment as outlined in the statement of work. The contractor must be able to document that their field service personnel, telephone service personnel, and any sub-contractors utilized to perform service, have the required proficiency in the following relevant technologies and protocols: a)Process control software and hardware utilizing HMI (Human Machine Interface) controllers and PLC (Programmable Logic Controllers) b)Wi-Fi and Ethernet networking c)Field welding and field passivation of stainless steel d)Pneumatic and solenoid controls e)Electrical and electric motor systems, including 480 VAC 3 phase and 120 VAC single phase applications f)Laboratory grade compressed air systems g)Control sensors Technical expertise can be shown by resumes, certifications, or detailed documentation of prior experience with the aforementioned. 20 Service Experience. The contractor has demonstrated that it has existing telephone support and field service technicians available that are technically proficient to provide the level of service required in the statement of work. 20 Parts Availability. The contractor has demonstrated: •its understanding of the necessary parts - the parts price list will be utilized to illustrate understanding of the equipment and the parts likely to be necessary for servicing, •capability to identify a list of critical spare parts for each machine. A critical spare parts list should be provided as part of the proposal, •and demonstrated the ability to provide these parts within a 24 hour period. Vendors can provide inventory lists to show critical spare parts have historically been stocked on a consistent basis, give the names and contact information of references where similar services were provided within the requisite time frame, or utilize another manner of demonstrating the ability to provide parts within a 24 hour period. 20 Total:80 Technical and past performance, when combined, are significantly more important, when compared to price. (b) Options. 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). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. FAR clauses 52.217-5, Evaluation of Options, 52.217-7: Option for Increased Quantity-Separately Priced Line Item, and 52.217-9, Option to Extend the term of the Contract apply to this acquisition. FAR Clause 52.228-5 -- Insurance -- Work on a Government Installation applies to this acquisition. POST AWARD EVALUATION OF CONTRACTOR PERFORMANCE a. Contractor Performance Evaluations Interim and Final evaluations of Contractor performance will be prepared on this contract in accordance with FAR Subpart 42.15. The Final performance evaluation will be prepared at the time of completion of work. In addition to the Final evaluation, Interim evaluation(s) will be prepared annually as follows on August 31, 2016. Interim and Final evaluations will be provided to the Contractor as soon as practicable after completion of the evaluation. The Contractor will be permitted thirty days to review the document and to submit additional information or a rebutting statement. If agreement cannot be reached between the parties, the matter will be referred to an individual one level above the Contracting Officer, whose decision will be final. Copies of the evaluations, Contractor responses, and review comments, if any, will be retained as part of the contract file, and may be used to support future award decisions. b. Electronic Access to Contractor Performance Evaluations Contractors may access evaluations through a secure Web site for review and comment at the following address: http://www.cpars.gov The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. 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 August 27, 2015, 8:00 am EST and must reference number HHS-NIH-NIDA-(SSSA)-15-616. Responses may be submitted electronically to andriani.buck@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: Andriani Buck. Fax responses will not be accepted. Contact Andriani Buck at andriani.buck@nih.gov for information regarding the solicitation. Questions regarding this combined synopsis/solicitation must be received at the aforementioned email address, andriani.buck@nih.gov, by August 24, 2015.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-(SSSA)-15-616/listing.html)
- Place of Performance
- Address: NIH Main Campus, 9000 Rockville Pike, 35 Convent Drive, Bldg. 35, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03843796-W 20150820/150819000038-ecef802f8a5b382af7c444cf7c3fdcf1 (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 |