SOLICITATION NOTICE
J -- Maintenance Agreement for AB SCIEX QTRAP5500 Systems
- Notice Date
- 6/6/2016
- 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 Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Rockville, Maryland, 20852, United States
- ZIP Code
- 20852
- Solicitation Number
- N02RC62565-24
- Archive Date
- 7/5/2016
- Point of Contact
- Kimesha Leake, Phone: 2402765669, Jolomi Omatete, Phone: 2402766561
- E-Mail Address
-
kimesha.leake@nih.gov, jolomi.omatete@nih.gov
(kimesha.leake@nih.gov, jolomi.omatete@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Contracting Office Address Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E226, Bethesda, MD 20892, UNITED STATES. Non-USPS mail such as Fedex, UPS and other private carriers please use Rockville, MD 20850. Description The National Institutes of Health (NIH), National Cancer Institute (NCI), Clinical Pharmacology Program (CPP), plans to procure preventive maintenance services for two AB SCIEX QTRAP5500 mass spectrometers within the Office of the Clinical Director, CCR, NCI, in Bethesda, MD. This is a combined synopsis/solicitation for commercial items, prepared in accordance with format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation: No. N02RC62565-24 includes all applicable provisions and clauses in effect through FAR FAC 2005-88 (May 2016) simplified procedures for commercial items. The North American Industry Classification System code is 811219 and the business size standard is $19,000,000. Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price type contract with a base plus four option periods. It has been determined there are no opportunities to acquire green products or services for this procurement. Period of Performance will be as follows: BASE YEAR - July 1, 2016 - June 30, 2017 OPTION YEAR ONE - July 1, 2017 - June 30, 2018 OPTION YEAR TWO - July 1, 2018 - June 30, 2019 OPTION YEAR THREE - July 1, 2019 - June 30, 2020 OPTION YEAR FOUR - July 1, 2020 - June 30, 2021 I. Description of Contractor Requirements The NCI and Clinical Pharmacology Program (CPP) seek to establish a contract that encompasses the preventative maintenance (2 visits per contract year), certified telephone support and on-site repairs (including all parts) for two AB SCIEX QTRAP5500 mass spectrometers within the Office of the Clinical Director, CCR, NCI, in Bethesda, MD. The instruments perform analysis and quantification of small molecules (primarily anti-cancer drugs) in biological matrices. They are used in support of pharmacokinetic studies required in many of the ongoing clinical trials being conducted within the CCR. The instruments are integral to the work of the Clinical Pharmacology Program and are utilized extensively to run CLIA-certified assays for numerous drugs. These CLIA-certified assays are used to generate data that is ultimately the basis for clinical dosing decisions. As such, a comprehensive preventative maintenance, performed by certified engineers, and repair contract is essential for continued operation. 1. SCOPE: Contractor shall provide all labor, material and equipment to provide maintenance for two government-owned AB SCIEX QTRAP5500 mass spectrometers (NIH DECALS: 01831924 and 01831926) within the Molecular Pharmacology Section, comprised of: 1. AB SCIEX TRAP5500 (named Q1) - SN: AU24721011 2. AB SCIEX TRAP5500 (named Q2) - SN: AU24061008 All maintenance service shall be performed in accordance with the manufacturer's standard commercial maintenance practices. 2. PREVENTIVE MAINTENANCE: Contractor shall perform TWO Preventive Maintenance Inspection (PMI) visits per annum during the contract period. Technically qualified, certified, and factory-trained personnel, who receive certification renewal biannually, shall perform Service. Service shall consist of an initial diagnostic test using Analyst Service Diagnostics® assay, thorough cleaning, calibration, adjusting, inspection, part replacement and testing of all equipment in accordance with the manufacturer's latest established service procedures. This agreement includes all OEM parts and labor at no additional cost to the Government. In order to properly maintain the QTRAP5500, several parts and function of the instrument must be checked, calibrated, routinely replaced, and then verify that all processes and capabilities of the instrument are working within factory specifications. The two AB Sciex QTRAP5500 mass spectrometers are in optimal performance thanks to the tests that have been performed semi-annually for the past 5 years. Contractor must conduct the following tests semi-annually: Pre-Maintenance: 1. Utilize the Analyst Service Diagnostics® test to identify potential areas of concern 2. Turbo and roughing pumps 3. Vacuum gauge and pressure checks 4. Front-end contamination checks 5. Tests for Q1 and Q3 in both Positive and Negative ion modes (10 Da/s) 6. MS/MS mode test 7. Enhanced resolution (ER) model test (1000 Da/s) in both Positive and Negative ion modes Planned Maintenance 1. Roughing pump maintenance (change oil, replace oil filter, seals, etc) 2. Replace instrument air filters 3. Clean turbo pump air filter 4. Check the bench cooling fans 5. Clean the curtain plate, orifice plate, QJet ion guide and Q0 6. Perform maintenance on Turbo V ion source (TIS) 7. Temperature checks for both the TIS and APCI Post-Maintenance 1. Vacuum pressure check 2. Check the RF tuning voltages 3. Check the detector voltages 4. Front-end contamination check 5. Run positive ion mode tests for Q1 and Q3 at 10, 200, 1000, and 10000 Da/s scan rates 6. MS/MS mode test 7. ER mode tests, both positive and negative, at 50, 250, 1000, 10000, and 20000 Da/s scan rates 8. Enhanced product ion mode tests 9. MS/MS/MS mode test (ion trap) 10. Clean up computer files 11. Back-up the Analyst® software files 12. Defragment the hard drive 3. EMERGENCY SERVICE: The technical helpdesk shall be available Monday through Friday 9am-5pm (EST), standard working hours of NCI, Clinical Pharmacology Program (CPP). There shall be a trouble-shooting help line available. If any problem cannot be resolved, a certified engineer and/or OEM parts shall be sent on-site at no charge to the Government. Contractor must own diagnostic software that is capable of remotely identify problems that need to be repaired in the equipment. Additionally, real-time monitoring from a remote site is critical to maintaining optimal performance during off-hours (nights/weekends) when instruments are operational. Malfunctions during these times will be remotely and automatically detected and diagnosed, and on-site service can be scheduled for the customer even when the customer is not present to discover said malfunctions. 4. REPLACEMENT PARTS: All replacement OEM parts for the instruments are available from AB SCIEX. The contractor shall furnish all required replacement parts at no additional cost to the Government. Parts shall be new or re-manufactured to original manufacturer equipment specifications. 5. SERVICE EXCLUSIONS: 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. 6. PERSONNEL QUALIFICATIONS: Field Service Representatives shall be AB SCIEX factory or equivalent trained, receive biannual re-certification in ongoing, multi-step training, and have a minimum of three (3) years of experience in the servicing the aforementioned equipment. All primary service personnel shall have at least two backup Field Service Representatives with at least the same level of expertise on the equipment covered by this contract. A maximum two day (Mon-Fri schedule) on-site response time is essential to the optimal performance of these instruments to ensure clinical data is made available in a timely manner. Minimal instrument downtime is of the utmost importance. 7. PAYMENT: Payment shall be made quarterly in arrears. Payment authorization requires submission and approval of invoice per the attached Invoice & Payment Provisions. 8. PLACE OF PERFORMANCE: Service shall be performed at the following location: Clinical Pharmacology Program/Office of the Clinical Director National Cancer Institute/National Institutes of Health Building 10, Room 5A01 9000 Rockville Pike Bethesda, MD 20892 QUESTIONS ARE DUE: June 20, 2016 at 2:00 pm EST. PROVISIONS AND CLAUSES: The following FAR provisions and clauses apply to this acquisition: 52.212-1 Instruction to Offerors Commercial Items (October 2015) 52.212-2, Evaluation Commercial Items: The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the proposal. The Government reserves the right to make an award without discussions. 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: 1. Technical Approach 2. Personnel Requirements and Organizational Experience 3. Price (Price will be evaluated separately but not scored) Technical, personnel requirements and organizational Experience when combined are significantly more important than cost or 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. 52.212-3 Offerors Representations and Certifications Commercial Items (March 2016) WITH DUNS NUMBER ADDENDUM (52.204-6 (July 2013): 52.212-4 Contract Terms and Conditions Commercial Items (May 2015), applies to this acquisition. 52.212-5 Contract terms and Conditions Required to Implement Statutes or Executive Orders---Commercial Items (March 2016). The following additional FAR clauses cited in this clause are applicable: (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402) 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards (JUL 2013) (Pub.L. 109-282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (AUG 2013) (31 U.S.C. 6101 note). 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JAN 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). 52.219-8 Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637 (d) (2) and (3). 52.219-28 Post Award Small Business Program Representation (JUL 2013) (15 U.S.C. 632(a) (2)). 52.222-3 Convict Labor (JUNE 2003) (E.O. 11755). 52.222-19 Child Labor Cooperation with Authorities and Remedies (JAN 2014) (E.O. 13126). 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (MAR 2007) (E.O. 11246). 52.222-35 Equal Opportunity for Veterans (JUL 2014) (38 U.S.C. 4212). 52.222-36 Affirmative Action for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). 52.222-37 Employment Reports on Veterans (JUL 2014) (38 U.S.C. 4212). 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (AUG 2011)(E.O. 13513). 52.225-5 Trade Agreements (NOV 2013) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). 52.225-13 Restrictions on Certain Foreign Purchase (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33 Payment by Electronic Funds Transfer System for awards Management (JUL 2013) (31 U.S.C. 3332). 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Full text copies of the representations and certifications for other cited provisions and clauses may be obtained on line at the NCI website at http://ncioa.cancer.gov/oa-internet/reference.jsp or from Kimesha Leake, Contracting Specialist at Kimesha.leake@nih.gov OFFERORS: Offers must be submitted on an SF-1449 with a completed 52.212-3 Offeror Representations and Certifications-Commercial Items-with DUNS Number Addendum, signed by an authorized representative of the offeror OR provide a copy of the valid certification registrations of the offeror's Central Contractor Registration (CCR) and Online Representations and Certifications Applications (ORCA) through www.sam.gov. Quotations must be received in the NCI-OA contracting office by 2:00 pm EST on June 20, 2016. Please refer to solicitation number N02RC62565-24 on all correspondence. No collect calls will be accepted. Electronic quotations will be accepted. All questions shall be in writing and may be addressed to the aforementioned individual noted above. In order to receive an award, contractors must be registered and have valid certification in the Central Contractor Registration (CCR) and the Online Representations and Certifications Applications (ORCA) through www.sam.gov. BASIS FOR AWARD: Selection of an offeror for award will be based on an evaluation of proposals against four factors. The factors, in order of importance are: technical, personnel requirements, organizational experience, and price. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. However, cost/price may become a critical factor in source selection in the event that two or more offerors are determined to be essentially equal following the evaluation of all factors other than cost/price. The process described in FAR 15.101-1 may be employed, which permits the Government to make tradeoffs among cost or price and non-cost factors to consider award to other than the lowest price offer or other than the highest technically rated factor. The Government intends to make an award to the offeror whose proposals provide the best overall value to the Government. The evaluation will be based on the demonstrated capabilities of the prospective Contractors in relation to the needs set forth in the Combined Synopsis/Solicitation. The merits of each proposal will be evaluated carefully. Each proposal must document the feasibility of successful implementation of the requirements of the Combined Synopsis/Solicitation. Offerors must submit information sufficient to evaluate their proposals based on the detailed factors listed below. The Evaluation Process: The Government will award a contract resulting from this quotation to the responsible contractor whose quote conforming to the quotation will be the most advantageous to the Government, price and other factors considered. The following evaluation factors shall be used to evaluate the prospective contractors and are listed in order of importance. Technical Approach (60) Personnel Requirements and Organizational Experience (40) Price TECHNICAL EVALUATION CRITERIA: 1. Technical Approach: (60 points): • The Offeror will be evaluated by the quality and reasonableness of the proposed technical plan as evidence of understanding of the scope, purpose, and complexity of the requirements as described in the Statement of Work (SOW) in enough detail that someone with a rudimentary knowledge of the subject would be able to understand the offeror's ability to perform the work. The proposed technical plan shall demonstrate the following: o Must show evidence that previous work performed from at least two (2) past clients with AB SCIEX QTRAP5500 mass spectrometers meets the standards of the two (2) government-owned AB SCIEX QTRAP5500 mass spectrometers. o Must show interaction with AB SCIEX service engineers and knowledge of the interface between these instruments. o Ability to demonstrate email and telephone technical expertise on troubleshooting AB SCIEX QTRAP5500 mass spectrometers. o Demonstrate ability to have serviced and troubleshoot similar equipment that was used for CLIA certified assays. o Must show evidence of ownership of diagnostic software use to remotely identify problems with the equipment. 2. Personnel Requirements and Organizational Experience: (40 Points): • The Offeror will be evaluated by the appropriateness and adequacy of the proposed project personnel and organization experience as it relates to the completion of the requirements in the Statement of Work, including the responsibilities and level of effort for all personnel who will be assigned to the contract. Staff as well as their detailed qualifications must be described. The key personnel assigned to this contract shall include: Field Service Representatives and Certified Service Engineers. The contractor shall provide a copy of the certificate of key personnel that will be performing the work stated in the SOW. Contractor shall also include the following in the quote/proposal: o Demonstrate knowledge and expertise on servicing and troubleshooting the same or similar instruments as listed on the Statement of Work (SOW). o Demonstrate completion of certification for end-to-end system maintenance and repair (including both hardware and software) o Demonstrate completion of biannual (every 2 years) certification renewal for all service engineers to service CLIA instruments. o Demonstrate the ability to have on-site response capabilities within 2 working days since initial call by customer through the number of available, certified service engineers staffed in the company. Offerors shall submit the following information as part of their response: • A list of the three (3) contracts providing similar products or services working onsite at the clients facility containing an AB SCIEX QTRAP5500 mass spectrometer completed during the past ten years and all contracts currently in process that are similar in nature to the solicitation. Contracts listed may include those entered into by the Federal Government, agencies of state and local governments and commercial concerns. Quoters/Offerors that are newly formed entities without prior contracts should list contracts and subcontracts as required above for all key personnel. The list of contracts is preferably related to past experience with AB SCIEX QTRAP5500 mass spectrometers, as experience with other instruments may be irrelevant. Include the following information for each contract or subcontract: 1. Name of Contracting Organization 2. Contract Number (for subcontracts, provide the prime contract number and the subcontract number) 3. Contract Type 4. Total Contract Value 5. Description of Requirement 6. Contracting Officer's Name and Telephone Number 7. Program Manager's and Telephone Number 8. Standard Industrial Code • The quoter/offeror must provide specific information on problems with AB SCIEX QTRAP5500 mass spectrometers encountered on the identified contracts and the quoter's/offeror's corrective actions. Each quoter/offeror may be evaluated on their performance under existing and prior contracts for similar products or services. The Government is not required to contact all references provided by the quoter/offeror. Also, references other than those identified by the quoter/offeror may be contacted by the Government to obtain additional information that will be used in the evaluation of the quoter/offeror's organizational experience. The Government may evaluate the offeror's past performance on organizational experience based on information obtained from references provided by the offeror, other relevant past performance on organizational experience information obtained from other sources known to the Government, and any information supplied by the offeror concerning problems encountered on the identified contracts and corrective action taken. The Government will assess the relative risks associated with each offeror. Performance risks are those associated with an offeror's likelihood of success in performing the acquisition requirements as indicated by that offeror's record of past performance.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02RC62565-24/listing.html)
- Place of Performance
- Address: Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E226, Bethesda, MD 20892, UNITED STATES., Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN04139686-W 20160608/160606234627-d8bb9745b7fe33b1e88ac70c09c94ebd (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 |