Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 12, 2015 FBO #5102
MODIFICATION

66 -- Maintenance Services Lumina XR

Notice Date
11/10/2015
 
Notice Type
Modification/Amendment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
NHLBI-CSB-DE-2016-018-KEW
 
Archive Date
11/28/2015
 
Point of Contact
Kyle Wisor, Phone: 3014023670, Rashida Ferebee,
 
E-Mail Address
Kyle.Wisor@nih.gov,
(Kyle.Wisor@nih.gov, ontract)
 
Small Business Set-Aside
N/A
 
Description
(1) Action Code: Combined Synopsis/Solicitation (2) Date: November 2, 2015 (3) Year: 2015 (4) Contracting Office Zip Code: 20892 (5) Classification Code: J066 (6) Contracting Office Address: 6701 Rockledge Drive Rockledge II Bethesda, MD 20892 (7) Subject/Title: Maintenance Services Lumina XR (8) Proposed Solicitation Number: NHLBI-CSB-DE-2016-018-KEW (9) Closing Response Date: November 13, 2015 (10) Contact Point: Kyle Wisor, Contract Specialist (11) Contract Award and Solicitation Number: Prior order number HHSN268201400204P. (12) Contract Award Dollar Amount: UKN (13) Contract Line Item Number(s): UKN (14) Contractor Award Date: November 19, 2015 (15) Contractor Name: TBD (16) Description: The National Institutes of Health (NIH) is the nation's medical research agency-making important discoveries that improve health and save lives. The mission of the National Institute of Dental and Craniofacial Research (NIDCR) is to improve dental, oral, and craniofacial health through research, research training, and the dissemination of health information. The Craniofacial and Skeletal Diseases Branch (CSDP) conducts research on bone and disorders of the skeleton with special emphasis on characterization of cells, genes and macromolecules in bone, tooth and cartilage tissue; identification of the mechanisms operative in the normal differentiation, growth and development of the skeleton; understanding the processes governing the regulation of skeletal metabolism; characterization of mineral structure and mineralization processes in bones and teeth; and identification of the mechanisms operative in heritable and acquired diseases of the skeleton. The NIDCR CSDP currently owns an IVIS Lumina XR System and requires a twelve (12) month maintenance plan to ensure continues operability of the equipment. (i) "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; quotes are being requested and a written solicitation will not be issued." (ii) The solicitation number is NHLBI-CSB-DE-2016-018-KEW and the solicitation is issued as a request for quote (RFQ). (iii) The solicitation document, the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-84 effective 05 OCT 2015. (iv) The associated NAICS code is 811219, Other Electronic and Precision Equipment Repair and Maintenance. The small business size standard is $20.5M. The acquisition is being conducted in accordance with the procedures of FAR Part 12, FAR Part 13. (v) The Contractor Requirements are listed below: (vi) The Contractor Shall Provide: 1. Contractor shall provide all labor, material and equipment to provide preventive maintenance for the Government-owned Lumina XR, Serial Number: IS1117N5575. All maintenance services shall be performed in accordance with the manufacturer's standard commercial maintenance practices. 2. Contractor shall perform not less than one (1) preventative maintenance inspection(s) during the contract period. Service shall be performed by factory trained Field Service representatives. Service shall consist of a thorough cleaning, calibration, adjusting, inspection, lubrication and testing of all equipment in accordance with the manufacturer's latest established service procedures. All equipment shall be operationally tested through at least one (1) complete operating cycle at the end of the preventive maintenance inspection to assure optimum and efficient performance. 3. Contractor shall perform emergency repair services on an unlimited basis during the term of this contract at no additional cost to the government. Emergency service shall be provided between 8 am and 5 pm Monday through Friday excluding and Federal holidays. Upon receipt of notice that any part of the equipment is not functioning properly, the Contractor shall furnish a qualified factory-trained service representative to inspect the equipment and perform all repairs and adjustments necessary to restore the equipment to normal and efficient operating condition. Emergency service calls shall not replace the necessity for PMI. 4. The contractor shall furnish all required replacement parts at no additional cost to the Government, with the exception of consumable items such as batteries and light bulbs. Parts shall be new or remanufactured to original equipment specifications. 5. The contractor shall provide Software Service in accordance with the manufacturer's latest established service procedures, to include telephone access to technical support for use of program software and troubleshooting of the operating systems, at no additional cost to the Government. The contractor shall receive advance approval for the installation of all software updates/upgrades and revisions from the Government. Defective software shall be replaced at no additional cost to the Government. 6. Personnel shall be factory trained and have experience in the servicing aforementioned instrument. All primary service personnel shall have at least one backup Field Service representative with at least the same level of expertise on the equipment covered by this contract. 7. The contractor shall not be responsible for any repairs necessitated by abuse, neglect, vandalism, Acts of God, fire or water. These repairs shall be the subject of a separate purchase order and shall not be performed under this contract. (vii) Period of Performance: Base Year: 11/19/15 - 11/15/16 Option Year 1: 11/19/16 - 11/15/17 Option Year 2: 11/19/17- 11/15/18 Option Year 3: 11/19/18 - 11/15/19 Option Year 4: 11/19/19 - 11/15/20 Place of Performance: National Institute of Health, NIDCR 9000 Rockville Pike Building 30, Room 228 Bethesda, MD 20892 (viii) The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (ix) The provision at FAR clause 52.212-2, Evaluation - Commercial Items, is applicable. 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: Contract award shall be made to the responsible Offeror whose offer, in conforming to this RFQ, provides the overall best value to the Government, technical, past performance, and cost evaluation factors considered. The Government's objective is to obtain the highest technical quality considered necessary to achieve the project objectives, with a realistic and reasonable cost. Technical and Past Performance evaluation factors are more important than cost. Total points: 60 1. Technical Evaluation factors (30 points) a. Maintenance Services to be provided by qualified factory trained service technicians, trained back up representative for primary technician; b. Provided repair parts are to the OEM specifications; c. Ability to respond to service requests in a reasonable time; d. Emergency repair plan available Monday - Friday, 8AM-5PM 2. Past Performance (20 points) a. Provide customer surveys or other applicable past performance questionnaires demonstrating work performed relating to the required tasks and services. A list of Purchase Orders and or Contracts providing for services over the past three (3) years may be provided if no applicable surveys or questionnaires are obtainable. If no past performance documents are provided the Contract Officer will base the past performance score on the contracting officer's knowledge of and previous experience with the supply or service being acquired. 3. Price (10 points) (x) FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, is applicable. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (p) of this provision. (xi) FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. Including the following clauses and Prohibitions: i. 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations ii. 52.222-3, Convict Labor iii. 52.222-21, Prohibition of Segregated Facilities iv. 52.222-26, Equal Opportunity v. 52.222-36, Equal Opportunity for Workers with Disabilities vi. 52.222-50 Combating Trafficking in Persons vii. 52.225-13, Restrictions on Certain Foreign Purchases viii. 52.232-33, Payment by Electronic Funds Transfer-System for Award Management ix. 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (AUG 2011) x. 52.244-6, Subcontracts for Commercial Items xi. 52.2232-39, Unenforceability of Unauthorized Obligations (xiii) Additional Contract Requirements: None (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable. (xv) All responses must be received by November 13, 2015 at 9:00 AM and must reference number NHLBI-CSB-DE-2016-018-KEW. Responses may be submitted electronically to Kyle.Wisor@nih.gov or by U.S. mail to the National Heart, Lung, and Blood Institute, Office of Acquisitions, COAC Services Branch, 6701 Rockledge Drive, Suite 6150B, Bethesda, MD 20892-7902, Attention: Kyle Wisor. Phone: 301-402-3670; Fax responses will not be accepted
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-CSB-DE-2016-018-KEW/listing.html)
 
Place of Performance
Address: National Institute of Health, NIDCR, 9000 Rockville Pike, Building 30, Room 228, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03943680-W 20151112/151110235211-2c4c63bfbdc2f903ec2d30956e04a618 (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.