SOLICITATION NOTICE
J -- Leica Confocal Electron Microscope Maintenance Support Services
- Notice Date
- 6/9/2017
- 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, 6001 Executive Boulevard, Room 3165, Bethesda, Maryland, 20892, United States
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-NOI-17-320
- Archive Date
- 7/4/2017
- Point of Contact
- Lauren M. Phelps, Phone: 3014802453
- E-Mail Address
-
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Leica Confocal Electron Microscope Maintenance Support Services Notice of Intent to Sole Source HHS-NIH-NIDA-SSSA-NOI-17-320 INTRODUCTION PURSUANT TO FAR Subpart 5.2-Synopses of Proposed Contract Actions, THIS IS A PRE-SOLICITATION NOTICE OF A PROPOSED CONTRACT TO ACTION. THIS IS A PRE-SOLICITATION NON-COMPETITIVE NOTICE OF INTENT TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Institute on Drug Abuse (NIDA), Station Support Contracts and Simplified Acquisitions Branch (SS/SA) on behalf of the National Institute of Neurological Disorders and Stroke (NINDS) intends to negotiate and award a contract for Leica SP8 Microscope Maintenance. Only Leica Microsystems is capable of providing the necessary support services because the equipment requiring hardware and software maintenance is proprietary to this company, the original equipment manufacturer. As such, only Leica Microsystems is authorized to provide service and parts for this equipment. No other company is able to provide original equipment manufacturer (OEM) parts, OEM trained technicians, or OEM-licensed software upgrades. The SP8 Microscope requiring maintenance is used for research purposes and non-functional or inappropriately calibrated equipment would irreparably damage longitudinal research data. For these reasons and to ensure continuity of science, Leica Microsystems is the only contractor capable of meeting the needs of this requirement. 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 to the sole source contractor; a proposal is being requested and a written solicitation will not be issued. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The associated NAICS code for this requirement is 811310 with size standard of $7.5 Million. REGULATORY & STATUTORY AUTHORITY The resultant contract will include all applicable provisions and clauses of the Federal Acquisition Regulation (FAR) in effect through the Federal Acquisition Circular (FAC) 2005-95 dated January 19, 2017. This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures, Subpart 13.106-1 (b) (1), Soliciting from a single source. DESCRIPTION OF REQUIREMENT Background The National Institute of Neurological Disorders and Stroke (NINDS) Light Imaging Facility (LIF) provides NINDS investigators with access to state-of-the-art Laser Scanning Microscope (LSM) technologies in the Light Imaging Center. This center supports research which expands NINDS's understanding of the many aspects of neurological disorders and stroke. The Leica confocal laser scanning (SP8) microscope in this lab is the critical component in the carrying out the lab's mission. A service agreement is necessary quick repairs, if needed, and regular maintenance support to ensure continued use of the equipment which is required to perform at peak manufacturer's standards. Purpose and Objectives The purpose of this acquisition is to procure a maintenance service agreement for a Leica confocal laser scanning microscope [Equipment No. 11367645, SN: 8100000221, Leica Model SP8] in the NINDS Light Imaging Facility. Project Description The Contractor shall provide all labor and replacement parts to maintain full operation of one Leica SP8 Confocal Laser Scanning Microscope (Equipment No.11367645, SN: 8100000221) as follows: •Contractor shall perform one (1) Preventive Maintenance Inspection during each contract period. Preventive Maintenance will be performed by a Leica-certified service technician. Service will include installation of hardware upgrades, calibration of the equipment, optimization of alignment for critical components, replacement of wear items, and overall inspection of the instrument to confirm that it is operating at peak efficiency and reliability. •Contractor shall provide telephone support from a certified Leica technician within 1 business day and on-site service within 3 business days after it is determined that the problem cannot be resolved through phone support. •Contractor shall furnish all required Leica certified replacement parts at no additional cost to the Government. •Contractor will provide any and all revisions to Leica software which are issued for the microscope during the Agreement term. •All labor and travel associated with preventative maintenance shall be included. •Contractor shall provide emergency service as required. The contractor shall arrive on site for service requirements analysis within 3 business days. Emergency service completion, however, will be based upon mutual agreement of the parties regarding the estimated service timeframe, labor, parts and cost. The Contractor will not be responsible for repairs necessitated by user misuse or error, repairs required due to operator negligence, replacement of accessories and consumables, or problems associated with environmental conditions. This service agreement shall not replace or alter new equipment warranties as given to the NINDS LIF. Support Technician Requirements All Field Service Engineers (FSEs) providing services under this requirement must be original equipment manufacturer (OEM) certified to perform maintenance on Leica equipment. FSEs must have completed any OEM-required training for this certification. The contractor must provide copies of these certificates for all FSEs performing service for this requirement. Government Responsibilities Government will provide Contractor personnel reasonable access to the Equipment for the required service repair. Government will cooperate with Contractor personnel so that Service can be performed efficiently and without interruption. Contractor shall be allowed use of Government equipment which Contractor personnel deem necessary to perform the Services. Please note that Contractor service technicians will have to be cleared at the NIH commercial vehicle inspection station located at 9000 Rockville Pike, Bethesda, MD to gain access to the premises. Place of Performance The place of performance shall be the NIH Main Campus, 35 Convent Drive, Building 35, Room 2B-708, Bethesda, MD 20892. Period of Performance The period of performance shall be a one-year base period from September 1, 2017 through August 31, 2018, plus four (4) subsequent one-year option periods. Contract Type A firm fixed price purchase order with options to extend the term of the contract is anticipated. The total order value is expected to fall within the Simplified Acquisition Threshold. Invoicing shall be completed quarterly in arrears. RESPONSE INSTRUCTIONS This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. Responses to this notice must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. Offerors must provide both 1) a technical response and 2) a separate price quotation which includes pricing for the base period and each of the four option periods identified in this solicitation. The price quote shall include: unit price, list price, product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; warranty considerations; and maintenance availability. PLEASE ENSURE THAT ALL EVALUATION CRITERIA ARE SPECIFICALLY ADDRESSED IN ANY RESPONSE(S) SUBMITTED. EVALUATION CRITERIA FAR clause 52.212-2, Evaluation - Commercial Items (October 2014) applies to this acquisition and the specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a contract resulting from this requirement on the basis of best value, technical factors and price considered. Technical factors together shall be considered more important than price and all technical evaluation factors are detailed below. Factor 1: Technical Approach The contractor shall detail in its technical proposal how it shall meet each of the project requirements. This shall include the maintenance provision approach, including discussion of who shall perform the maintenance support, verification of contractor field service technician certifications to work on Leica Microsystems equipment, the replacement parts and software updates which shall be available for maintenance, and expected response times. Technical approach shall be evaluated for speed of response, brand of parts available, and original equipment manufacturer certification of service technicians. Factor 2: Past Performance Past performance shall be evaluated using the U.S. Past Performance Information Retrieval System (PPIRS). Past performance shall be evaluated for customer satisfaction. EVALUATION METHOD Technical proposals will be evaluated using a summary adjectival rating in accordance with the following scale: Excellent The proposal has exceptional merit and reflects an excellent approach which will clearly result in the superior attainment of all requirements and objectives. This clearly achievable approach includes several advantageous characteristics of substance, and very few disadvantages, which can be expected to result in outstanding performance. The risk of unsuccessful performance is very low as the proposal provides solutions which are unquestionably feasible and practical. These solutions are further considered very low risk in that they are exceptionally clear and precise, fully supported, and demonstrate a clear understanding of the requirements. Risk Level: Very Low Good The proposal demonstrates a sound approach which is expected to meet all requirements and objectives. This sound approach includes advantageous characteristics of substance, and few relatively minor disadvantages, which collectively can be expected to result in satisfactory performance. The risk of unsuccessful performance is low as the proposal contains solutions which are considered feasible and practical. These solutions are further considered to reflect low risk in that they are clear and precise, supported, and demonstrate an understanding of the requirements. Risk Level: Low Acceptable The proposal demonstrates an approach which is capable of meeting all requirements and objectives. The approach includes both advantageous and disadvantageous characteristics of substance, where the advantages are not outweighed by the disadvantages. Collectively, the advantages and disadvantages are likely to result in acceptable performance. The risk of unsuccessful performance is moderate, as the proposal solutions are generally feasible and practical. These solutions may also be considered to reflect moderate risk in that they may be somewhat clear and precise, partially supported, and/or demonstrate a general understanding of the requirements. Risk Level: Neutral Marginal The proposal demonstrates an approach which may not be capable of meeting all requirements and objectives. The approach has disadvantages of substance and advantages, which if they exist, are outweighed by the disadvantages. Collectively, the advantages and disadvantages present a low or questionable likelihood of resulting in satisfactory performance. The risk of unsuccessful performance is high as the proposal contains solutions which may not be feasible and practical. These solutions may also be considered to reflect high risk in that they lack clarity and precision, are generally unsupported, and/or do not demonstrate a complete understanding of the requirements. Risk Level: High Unacceptable The proposal demonstrates an approach which, based on a very high risk, will very likely not be capable of meeting all requirements and objectives. This approach has several disadvantages of substance, and advantages which, if they exist, are outweighed by disadvantages. Collectively, the advantages and disadvantages are unlikely to result in satisfactory performance. The risk of unsuccessful performance is very high as the proposal contains solutions which are not feasible and practical. The solutions may also be considered to reflect very high risk in that they lack any clarity or precision. Risk Level: Very High APPLICABLE TERMS AND CONDITIONS INCORPORATED BY REFERENCE The FAR clauses and provisions below shall apply to this solicitation. 1.All Offerors MUST be actively registered in the System for Award Management (SAM) www.sam.gov. 2.The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items (January 2017), applies to this acquisition. 3.A completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items (January 2017), is required with any offer submitted. This requirement may be met by completion of the provision in the System for Award Management. 4.FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items (January 2017) is applicable to this acquisition. 5.FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (January 2017) apply to this acquisition. The following clauses shall be checked/included in this clause: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note). 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) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) 52.222-3, Convict Labor (June 2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2016) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (Sept 2016) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) 52.222-50, Combating Trafficking in Persons (Mar 2015) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) 6.FAR Clause 52.217-5: Evaluation of Options (July 1990) applies to this acquisition. 7.FAR Clause 52.217-9: Option to Extend the Term of the Contract (March 2000) applies to this acquisition as follows: (a) The Government may extend the term of this contract by written notice to the Contractor within the contract period of performance; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least thirty (30) days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five (5) years. 8.The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. In addition, the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. CLOSING STATEMENT All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. All responses must be received by the closing date of this announcement must reference solicitation number HHS-NIH-NIDA-SSSA-NOI-17-320. Responses shall be submitted electronically to Lauren.Phelps@nih.gov. Fax responses will not be accepted. For information regarding this solicitation, contact Lauren Phelps by email at lauren.phelps@nih.gov or by phone at (301) 480-2453.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-NOI-17-320/listing.html)
- Place of Performance
- Address: Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN04539343-W 20170611/170609234259-41358b80734ebc3d3553b3b41c36aa78 (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 |