SOLICITATION NOTICE
J -- Maintenance Agreement for Operetta CLS System - FAR 52.212-5 Clauses
- Notice Date
- 5/25/2018
- 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, NCATS, National Institute on Drug Abuse, National Center for Advancing Translational Science (NCATS), 6001 Executive Boulevard, Bethesda, Maryland, 20892, United States
- ZIP Code
- 20892
- Solicitation Number
- NIHDA201800213
- Archive Date
- 6/16/2018
- Point of Contact
- Jessica Adams, Phone: 3044438761, Jeffrey Schmidt,
- E-Mail Address
-
jessica.adams@nih.gov, jeffrey.schmidt@nih.gov
(jessica.adams@nih.gov, jeffrey.schmidt@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- FAR 52.212-5 Clauses NON-COMPETITIVE COMBINED SYNOPSIS / SOLICITATION Title: Maintenance Agreement for Operetta CLS System (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; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is NIHDA201800213 and the solicitation is issued as a request for quotation (RFQ). 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-Simplified Procedures for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION 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 Center for Advancing Translational Sciences (NCATS) intends to negotiate and award a purchase order without providing for full and open competition (including brand-name) to Perkin Elmer Health Sciences, Inc. for a maintenance agreement for an Operetta CLS System. This acquisition is conducted as non-competitive for a commercial item or service and is conducted under the authority of the FAR Subpart 13.5-Simplified Procedures for Certain Commercial Items and 13.501 Special documentation requirements and the authority of 41 U.S.C. 1901 and the statutory authority of 6.302-1 - Only one responsible source and no other supplies or services will satisfy agency requirements. Pursuant to FAR Subpart 13.501 (a) (1) (iii) the justification (excluding brand name) will be made available within 14 days after contract award or in the case of unusual and compelling urgency within 30 days after contract award. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96, dated 11/6/2017. (iv) The associated NAICS code is 811219 - Other Electronic and Precision Equipment Repair and Maintenance and the small business size standard is 20.5 million. This requirement has no set aside restrictions. (v) NCATS is tasked with identifying and developing novel small molecule leads against a wide spectrum of human and infectious disease targets, which it accomplishes by screening thousands of small molecules in collaboration with both intramural and extramural researchers. To this end, it has an existing high throughput microplate-based automated imaging system to monitor and record cellular-level biological activities or changes in intact, living cells. This instrument is used to measure and analyze stem cell growth and differentiation as well as phenotypic screening. (vi) The Operetta CLS System is a very sensitive piece of equipment, and as such requires a OEM authorized service technician who has experience with this exact make & model. Knowledge of other brands in general will not suffice as it may result in improper repairs. An authentic OEM authorized service provider is needed to supply genuine parts and repairs. Specifically: • Two (2) Preventative Maintenance Visits • All repairs (labor, travel and parts) • Technical Phone Support during normal business hours M-F • A 15% training discount • Parts/Response priority, typically within 48 hours or sooner of initial call Level of Effort: • PM Frequency: 2 per year The vendor will perform preventative maintenance service and necessary repair service and suggest further maintenance as needed. Detailed reports of service performed will be provided. Reports will be emailed to Sam Michael at michaelsg@mail.nih.gov. (vii) Anticipated period of performance: Service is to be initiated within 10 days upon receipt of order. Coverage period of service agreement is 12 months. (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, applies to this acquisition. (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 Evaluation Factor: Offeror's technical approach will be evaluated for completeness, feasibility, soundness, and practicality for accomplishing the requirements of the Statement of Work (SOW). 2. Delivery/Period of Performance Evaluation Factor: Contractor's ability to meet or exceed the delivery date/period of performance in the SOW. 3. Cost/Price Evaluation Factor: Offeror(s) cost/price will be evaluated for reasonableness. For a price to be reasonable, it must represent a price to the government that a prudent person would pay when consideration is given to prices in the market. Normally, price reasonableness is established through adequate price competition, but may also be determined through cost and price analysis techniques as described in FAR 15.404. The Government will evaluate quotations on the basis of a tradeoff process. All evaluation factors other than cost or price, 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. (x) The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. (xi) The 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. (xiii) There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xiv) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xv) Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. 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. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria. The price proposal must include the labor categories, an estimate of the number of hours required for each labor category, fully loaded fixed hourly rate or each labor category, breakdown and rationale for other direct costs or materials, and the total amount. 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 June 1, 2018 at 1:00pm, Eastern Standard Time and reference number NIHDA201800213. Responses must be submitted electronically to Jessica Adams, Contract Specialist at jessica.adams@nih.gov. Fax responses will not be accepted. (xvi) The name and email address of the individual to contact for information regarding the solicitation: Jessica Adams, Contract Specialist at jessica.adams@nih.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/114940bb6c3128ead0f4b354f3efef3b)
- Place of Performance
- Address: 9800 Medical Center Drive, Building B, Rockville, Maryland, 20850, United States
- Zip Code: 20850
- Zip Code: 20850
- Record
- SN04935039-W 20180527/180525230609-114940bb6c3128ead0f4b354f3efef3b (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 |