Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2017 FBO #5675
SOLICITATION NOTICE

J -- Renewal of Service Contract for ABI Genetic Analyzers S/N # 17214-015,

Notice Date
6/5/2017
 
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
N02RC72564-61
 
Archive Date
6/27/2017
 
Point of Contact
KATHY D. ELLIOTT, Phone: 240-276-5570, Reyes Rodriguez, Phone: 240-276-5442
 
E-Mail Address
ELLIOTTK@MAIL.NIH.GOV, reyes.rodriguez@nih.gov
(ELLIOTTK@MAIL.NIH.GOV, reyes.rodriguez@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 1E244, Bethesda, MD 20892, UNITED STATES I. Description The National Cancer Institute (NCI), Center for Cancer Research (CCR) Genomics Core plans to procure maintenance service for the government owned ABI Genetic Analyzers. This is a combined synopsis/solicitation notice 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 includes all applicable provisions and clauses in effect through FAC 2005-94 (January 19, 2017) simplified procedures for commercial items. The North American Industry Classification System code is 811219 and the business size standard is $20,5 Million. Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price type contract. It has been determined there are no opportunities to acquire green products or services for this procurement. The period of performance is eleven months, from June 16, 2017 through May, 15, 2018. It has been determined there are no opportunities to acquire green products or services for this procurement. II. Description of Requirement The Center for Cancer Research Genomics Core provides the NCI intramural investigators with a range of genomics technologies, available either as services delivered by the core, or as walk up access to specific instrumentation and technologies. The Genomics core of the CCR at NCI is providing multiple genomics services to advance cancer research. Investigating genetics and epigenetics alterations and their effects on the development and biology of cancer represents one of the most important venues of current cancer research. Using Sanger Sequencing the core is able to provide necessary support for the studies of DNA/promoter interactions, gene expression, methylation, single nucleotide polymorphism (SNP), deletions, insertions and genomic rearrangements. 1. SCOPE: Contractor shall provide all labor, material and equipment necessary to maintain and provide preventive maintenance for three (3) government-owned ABI Genetic Analyzers S/N #17214-015, 1202-033, and 16111-010. All maintenance service shall be performed on-site in accordance with the manufacturer's standard commercial maintenance practices with factory-trained and certified engineers, guaranteed response times, as well as on-site preventative maintenance visits. Contractor shall have full and exclusive access to Applied Biosystems latest technical developments, repair procedures, software application updates and planned maintenance. 2. PREVENTIVE MAINTENANCE: Contractor shall perform one (1) preventive maintenance inspection (PMI) during the contract period. Factory-trained and certified engineers shall perform Service. The contract will cover service calls, travel time, labor, and any necessary approved parts. 3. EMERGENCY SERVICE: Unlimited emergency repair service visits shall be provided during the term of this contract to the government. Emergency service shall be provided during normal working hours, Monday through Friday excluding Federal Holidays. Upon receipt of notice that any part of the equipment is not functioning properly the Contractor shall within 2 business days after receipt of a service call for instruments furnish a factory-trained and certified engineer 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 scheduled PMIs. In addition, the Contractor shall provide access to field applications support and remote diagnostics service to allow a rapid service response. The Contractor shall provide unlimited technical support through email and priority telephone access to instrument technical support and a hot-line number for telephonic trouble-shooting for the instrument, applications and bioinformatics during normal working hours, except Federal holidays. 4. REPLACEMENT PARTS: The Contractor shall furnish all required replacement parts, with the exception of consumables. Contractor can only use replacement parts certified to manufacturer's OEM specifications. 5. SOFTWARE UPDATES/SERVICE: Critical and non-critical updates will be provided by field service representative and certified service engineers. Contractor must have full and exclusive access to Applied Biosystems latest technical developments, repair procedures, software application updates and planned maintenance procedures. 6. 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. 7. PERSONNEL QUALIFICATIONS: Field service representative and certified service engineers must have at least three (3) years' experience with 3130xL and 3730 Genetic analyzers; demonstrate knowledge and expertise in servicing and troubleshooting on the 3130xL and 3730xL Genetic analyzers; have certification for end to end system maintenance and repair (including hardware and software) as well as updating of software as needed; on-site response capabilities within two working days. In addition, all primary service personnel shall have at least one backup support person with at least the same level of expertise on the equipment covered by this contract. 8. PAYMENT: Payment shall be made bi-monthly and quarterly in arrears after completion of the inspection and at the end of the contract period.on of invoice to the address in shown in Block 21 of the purchase order. QUOTATIONS ARE DUE: June 12, 2017 11:00 AM, EST. PROVISIONS AND CLAUSES: The following provisions and clauses will be incorporated by reference: 52.212-1 Instruction to Offerors Commercial Items (JAN 2017) 52.212-2, Evaluation Commercial Items (OCT 2014): 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. Past Performance (Stand Alone Factor) 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) 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 (JAN 2017) WITH DUNS NUMBER ADDENDUM (52.204-6 (OCT 2016): 52.212-4 Contract Terms and Conditions Commercial Items (JAN 2017), applies to this acquisition. 52.212-5 Contract terms and Conditions Required to Implement Statutes or Executive Orders---Commercial Items (JAN 2017). The following additional FAR clauses cited in this clause are applicable: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015). (2) 52.233-3, Protest after Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (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) 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C. 3509) 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards (OCT 2016) (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 (OCT 2015) (31 U.S.C. 6101 note). 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (JUL 2013) (41 U.S.C. 2313). 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (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 (NOV 2016) (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 (OCT 2016) (E.O. 13126). 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEP 2016) (E.O. 11246). 52.222-35 Equal Opportunity for Veterans (OCT 2015) (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 (FEB 2016) (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). 52.225-1 Buy American Act - Supplies (MAY 2014) (41 U.S.C. chapter 83). 52.225-3 Buy American Act--Free Trade Agreements--Israeli Trade Act (MAY 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, Pub. L. 108-77, 108-78, 108-286, 108-302 109-53, 109-169, 109-283, 110-138, Pub. L.112-41, 112-42 and 112-43). 52.225-5 Trade Agreements (OCT 2016) (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 many be obtained on line at the NCI website at http://ncioa.cancer.gov/oa-internet/reference.jsp or from Kathy Elliott, Contract Specialist at Elliottk@mail.nih.gov. Quotations must be received in the NCI-OA contracting office by 11:00 a.m. EST on June 12, 2017. Please refer to the solicitation number N02RC72564-61 on all correspondence. No collect calls will be accepted. Faxed or electronic mail quotations will be accepted. All questions shall be in writing and may be addressed to the aforementioned individual noted above by June 7, 2017. No collect calls will be accepted. In order to receive an award, Contractor must be registered and have valid certification in the Central Contractor Registration (CCR) and the Online Representation and Certifications Applications (ORCA) through www.sam.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02RC72564-61/listing.html)
 
Place of Performance
Address: 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04531969-W 20170607/170605234400-24cad41fc77b79123b7b0e22e7e4cc1e (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.