Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 15, 2018 FBO #6078
MODIFICATION

J -- Maintenance Service Agreement of Two (2) Life Technologies Instrument (Applied Bio Genetic Analyzer and Applied Bio Arcturus Laser Dissection System) - SF30-Amend(Response to Questions)

Notice Date
7/13/2018
 
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 Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Rockville, Maryland, 20852, United States
 
ZIP Code
20852
 
Solicitation Number
N02RC82579-73
 
Point of Contact
Ronette P. Collins, Phone: 2402765745, Kimesha Leake, Phone: 2402765669
 
E-Mail Address
ronette.collins@nih.gov, kimesha.leake@nih.gov
(ronette.collins@nih.gov, kimesha.leake@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Response to questions SF-30 The purpose of this modification is: 1) extend the proposal due date to July 17,2018 at 5pm EST; 2) to provide responses to questions recieved. Contracting Office Address: Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E132, Bethesda, MD 20892, UNITED STATES Description: National Cancer Institute (NCI), Center for Cancer Research (CCR), Laboratory of Pathology's (LP) Molecular Diagnostics Section, Cancer Molecular Pathology Section and the Translational Surgical Pathology Section, has a requirement for the maintenance of two (2) Government owned Life Technologies equipment: Applied Bio Arcturus Laser Dissection and Applied Bio 310 Genetic Analyzer. 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. N02RC82579-73 includes all applicable provisions and clauses in effect through FAR FAC 2005-99 (JUN 2018) simplified procedures for commercial items. The North American Industry Classification System code is 811219 and the business size standard is $20,500,000. 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 one option period. It has been determined there are no opportunities to acquire green products or services for this procurement. Period of Performance The period of performance shall consist of a base period of twelve (12) months, plus four (4) 12-month option periods, as follows: BASE PERIOD: August 1, 2018 - July 31, 2019 OPTION PERIOD 1: August 1, 2019 - July 31, 2020 OPTION PERIOD 2: August 1, 2020 - July 31, 2021 OPTION PERIOD 3: August 1, 2021 - July 31, 2022 OPTION PERIOD 4: August 1, 2022 - July 31, 2023 Description of Contractor Requirements These Instruments are located in the Molecular Diagnostics Section, Cancer Molecular Pathology Section and the Translational Surgical Pathology Section of LP, CCR, which is dedicated to LP research projects including clinical and academic support for the investigators of LP, as well as LP driven research projects carried out in the Laboratory of Pathology. The Instruments are routinely used for a diverse set of studies, including experiments with human samples for diagnostic development of biomarkers on different platforms. The Contractor shall provide the following: SCOPE: Contractor shall provide all labor, material and equipment to provide Service and Preventive Maintenance for the following Government-owned equipment: Applied Bio Arcturus Laser Dissection and Applied Bio 310 Genetic Analyzer. All maintenance services shall be performed in accordance with the manufacturer's standard commercial maintenance practices. Service shall be provided during normal working hours (8am to 5pm, EST), Monday through Friday excluding Federal Holidays. The contract shall cover service calls, travel time, labor, and any necessary approved parts. PREVENTIVE MAINTENANCE: Contractor shall perform (1) semiannual preventive maintenance inspections (PMI) during the contract period. Service shall be performed by technically qualified factory trained personnel. 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. Any defective components noted during the preventive maintenance inspection shall be replaced as necessary to assure optimum and efficient performance. Preventative maintenance shall be provided without requiring additional purchase orders from the Government. EMERGENCY SERVICE: Emergency repair services shall be provided on an unlimited basis during the term of this contract at no additional cost to the government. Emergency service shall be provided during normal working hours (8am to 5pm, EST), Monday thru Friday excluding Federal Holidays. Upon receipt of notice that any part of the equipment is not functioning properly, the Contractor shall within twenty-four (24) hours furnish a qualified factory-trained service personnel 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. TECHNICAL SUPPORT: The Contractor shall provide unlimited technical support through email and a toll-free phone number for telephonic troubleshooting for the instrument, applications and bioinformatics during normal working hours (8am-5pm, EST), Monday through Friday except Federal holidays using a certified factory-trained representative. REPLACEMENT PARTS: The Contractor shall furnish all required replacement parts at no additional cost to the Government, except for consumable parts to include batteries. Parts shall be new or remanufactured to original equipment specifications. SOFTWARE UPDATES/SERVICE: Critical and non-critical updates shall be provided. In the event of software updates the Contractor shall provide software service and updates 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 and revisions from the Government. Defective software shall be replaced at no additional cost to the Government. PERSONNEL QUALIFICATIONS: Personnel shall have a minimum of three (3) years factory training and experience in the servicing of 310 Genetic Analyzer and the Arcturus Laser Dissection System as covered by this contract. All primary service personnel shall have at least one (1) backup support with at least the same level of expertise on the equipment covered by this contract. 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. PLACE OF PERFORMANCE: Service shall be performed at the following location: NIH, NCI, CCR Building 10 Bethesda, MD 20892 PAYMENT: Payment shall be made quarterly in arrears after completion of the inspection and at the end of the contract period and submission of invoice to the address shown in the contract. QUESTIONS ARE DUE: July 13, 2018 at 11:00 am EST. PROVISIONS AND CLAUSES: The following FAR provisions and clauses apply to this acquisition: 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 quote. 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 Approach, Personnel Requirements and Organizational Experience when combined are significantly more important than cost or price. It is anticipated that any contract(s) awarded from this combined synopsis will contain option provision(s) and period(s). 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 (NOV 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 2018). 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 (SEPT 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 (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 2016) (31 U.S.C. 6101 note). 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2016) (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 (JUN 2003) (E.O. 11755). 52.222-19 Child Labor Cooperation with Authorities and Remedies (FEB 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). 52.225-5 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 Ronette Collins, Contracting Specialist at ronette.collins@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 5:00 pm EST on July 16, 2018. Please refer to solicitation number N02RC82579-73 on all correspondence. No collect calls will be accepted. Faxed quotations will NOT 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 quotes against three factors. The factors, in order of importance are: technical approach, personnel requirements and 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 quotes 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 quote will be evaluated carefully. Each quote must document the feasibility of successful implementation of the requirements of the Combined Synopsis/Solicitation. NOTE: Offerors must submit information sufficient to evaluate their quotes 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. 1. Technical Approach (60) 2. Personnel Requirements and Organizational Experience (40) 3. Past Performance (Stand Alone Factor) 4. 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: - Must show evidence that previous work performed from at least two (2) past clients with ABI 310 Genetic Analyzers meets the standards of the two (1) government-owned Genetic Analyzers and one (1) AB Arcturus Laser Dissection system. - Must show interaction with ABI/Life Technologies service engineers and knowledge of the interface with these instruments. - Must have ability to demonstrate email and telephone technical expertise on troubleshooting ABI 310 Genetic Analyzers and AB Arcturus Laser Dissection system including TAC (technical assistance center) & FAS (field application support) available. - Must show evidence of ownership of diagnostic software use to remotely identify problems with the equipment. - Must have new or guaranteed certified Original Equipment Manufacturer (OEM) parts for replacement. - Must demonstrate the ability to obtain, use and perform all repairs and adjustments necessary, using OEM parts to restore the equipment to normal and efficient operating condition. 2. Personnel Requirements and Organizational Experience (40 points): The Offeror will be evaluated by the appropriateness and adequacy of the proposed 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 with at least three (3) years experience with 310 Genetic Analyzers and AB Arcturus Laser Dissection system. The Contractor shall provide a copy of the certificate of key personnel that will be performing the work stated in the SOW. The Contractor shall also include the following in the quote/proposal: - Must demonstrate knowledge and expertise on servicing and troubleshooting 310 Genetic analyzers and AB Arcturus Laser Dissection system as listed on the (SOW). - Must demonstrate completion of certification for end to end system maintenance and repair (including both hardware & software), as well as updating of software as needed - Must demonstrate completion of biannual certification renewal for all service engineers to service instruments. - Demonstrate the ability to have on site response capabilities within two (2) working days since initial call by customer through the number of available capable service engineers staffed in the company. Past Performance Information: 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 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/N02RC82579-73/listing.html)
 
Record
SN04991538-W 20180715/180713231020-a64f5368620d30de3cfeefdb03090847 (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.