SOLICITATION NOTICE
J -- SCIEX MASS SPECTROFUGE MAINTENANCE
- Notice Date
- 1/7/2020 9:05:37 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- NATIONAL INSTITUTE OF HEALTH NIEHS MORRISVILLE NC 27560 USA
- ZIP Code
- 27560
- Solicitation Number
- CF20200106
- Response Due
- 1/20/2020 7:00:00 AM
- Archive Date
- 02/04/2020
- Point of Contact
- Christopher Fisher
- E-Mail Address
-
christopher.fisher@nih.gov
(christopher.fisher@nih.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- REQUEST FOR QUOTATION FOR COMMERCIAL ITEMS R.F.Q. # CF20200106����������������������������������������������������������� ISSUE DATE: 1/7/2020 FOR: MAINTENANCE OF SCIEX 6500+ MASS SPECTROMETER ����������������������������������������������������������������������������������� Issued By: Christopher Fisher, Contracting Officer email: Christopher.fisher@nih.gov NATIONAL INSTITUTE OF ENVIRONMENTAL HEALTH SCIENCES OFFICE OF ACQUISITIONS ALL SUBMISSIONS SHALL BE DONE ELECTRONICALLY, VIA E-MAIUL TO Christopher.fisher@nih.gov � ISSUED AS SMAL BUSINESS SET ASIDE 100% QUOTATION DUE NO LATER THAN 10:00 a.m., January 20, 2020 SUBMITTED BY: (Company Name, Address and Telephone Number) ______________________________________������� ����������� _____________________________ Phone No. ______________________________________������� ����������� ______________________________ FAX No. ______________________________________������� ����������� ______________________________ ����������������������������������������������������������������������������������������������� E-mail ______________________________________ Signature� ______________________________������������������������������ Date� ___________________ Name (Type or Print)_____________________ Request for Quotation Commercial Items/ May 16, 2016, FAC Number 2005-88 COMPLETE THE FOLLOWING INFORMATION PERTINENT TO THIS RFQ NOTE:� If your company was previously registered in CCR, you do not need to register in SAM as the information was transferred from CCR to SAM. 1.� System for Award Management (SAM).� The Federal Government is requiring every company and individual conducting business with the Federal Government to be registered in the SAM database prior to award of contracts, purchase orders, basic agreements, basic ordering agreements, and blanket purchase agreements.� Contractors/vendors with existing contracts, purchase orders, basic agreements, basic ordering agreements, or blanket purchase agreements must register in the SAM database. Before the Office of Acquisitions at NIEHS will issue new purchase orders or contracts for services or supplies the contractor(s) will need to be contained within the database.� If the contractor is not in the database they will be instructed to go to the website at http://www.sam.gov and complete the registration process. 2.� Data Universal Numbering System (DUNS) Number. The offeror shall enter the �DUNS� or �DUNS+4� number on the line below that identifies the offeror's name and address. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts for the same parent concern.� If the offeror does not have a �DUNS� number, it should contact Dun and Bradstreet directly to obtain one. An offeror within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://www.dnb.com.� An offeror located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. DUNS Number���������������������������������������������������������������������� _______________________________ Tax ID/Employer Identification Number _______________________________ GSA Contract Number (if applicable) _______________________________ Price is valid until (date)������������������������������������������� _______________________________ Payment Terms���������������������������������������������������������������������� _______________________________ VENDOR REMITTANCE ADDRESS (If different from mailing address): _________________________________________________________ _________________________________________________________ _________________________________________________________ � � PART 1 � GENERAL INFORMATION � This is a Combined Synopsis/Solicitation for Commercial Items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice and in conjunction with FAR Part 13. This Request for Quotation (RFQ) announcement constitutes the only solicitation that will be issued; quotes are being requested and a written solicitation will not be issued. The Government contemplates a Firm-Fixed Price Purchase Order will result from this RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-06. The associated North American Industrial Classification System (NAICS) code for this procurement is 811219 �Other Electronic and Precious Equipment�. Its associated Small Business Size Standard is $20.5M. PART 2 � SUPPLIES OR SERVICES � Description of Supplies or Services Full service and maintenance contract on a Sciex 6500+ mass spectrometer with SelexION ion mobility and an Exion LC including unlimited emergency visits with a maximum on-site 96-hour response; non-consumable parts used on emergency visits; minimum 2 PMs per year; coverage of data system included. To meet the requirements of the projects within the Mass Spectrometry Research and Support Group, this instrument has been covered by a manufacturer�s warranty so needs to be maintained and many of the parts are of a proprietary nature.� The specific nature and configuration of the equipment can sometimes limit the number of vendors from which parts can be purchased.� Substituting parts that are not the correct configuration can result in a) safety concerns for the operators, b) damage to the equipment, costing potentially tens of thousands of dollars of damage to government property, c) unreliable results, seriously impacting months or even years-worth of work done by Institute investigators and potentially harming the scientific reputation of the Institute and its Mission. Our facility uses as many non-proprietary parts as possible, endeavoring to purchase them from various vendors for the lowest possible cost, unfortunately, not all parts are widely available. Because of the nature of the equipment, risk of extremely costly damage to equipment previously purchased by the government is high if the appropriate parts are not employed.� Full service including preventative maintenance and emergency repair, diagnose and repair faults of a Sciex 6500+ ion trap mass spectrometer.� Service is provided by an OEM trained service engineer with a minimum of 5 years experience with a 96 hour response time for engineer to arrive on site. The strategy for performance-based service is on-site response time (within 96 hours of contacting them), satisfactory operation of equipment, and experience of service engineer. PRICING: MASS SPECTROMETER MAINTENANCE MODEL QTRAP 6500+20006 with a SelexION mobility device and associated LC (ExionLC) BASE YEAR��� $��������������������� OY 1��������������� $ OY 2��������������� $ OY 3��������������� $ OY 4��������������� $ TOTAL����������� $ PART 3 � DESCRIPTION/SPECIFICATION � Full service and maintenance contract on a Sciex 6500+ mass spectrometer with SelexION ion mobility and an Exion LC including unlimited emergency visits with a maximum on-site 96-hour response; non-consumable parts used on emergency visits; minimum 2 PMs per year; coverage of data system included. To meet the requirements of the projects within the Mass Spectrometry Research and Support Group, this instrument has been covered by a manufacturer�s warranty so needs to be maintained and many of the parts are of a proprietary nature.� The specific nature and configuration of the equipment can sometimes limit the number of vendors from which parts can be purchased.� Substituting parts that are not the correct configuration can result in a) safety concerns for the operators, b) damage to the equipment, costing potentially tens of thousands of dollars of damage to government property, c) unreliable results, seriously impacting months or even years-worth of work done by Institute investigators and potentially harming the scientific reputation of the Institute and its Mission. Our facility uses as many non-proprietary parts as possible, endeavoring to purchase them from various vendors for the lowest possible cost, unfortunately, not all parts are widely available. Because of the nature of the equipment, risk of extremely costly damage to equipment previously purchased by the government is high if the appropriate parts are not employed.� Full service including preventative maintenance and emergency repair, diagnose and repair faults of a Sciex 6500+ ion trap mass spectrometer. � PART 4 � PACKING, MARKING AND SHIPPING � NA PART 5 � INSPECTION AND ACCEPTANCE The Contracting Officer�s Representative (COR) will perform inspection and acceptance of services to be provided. PART 6 � DELIVERIES OR PERFORMANCE � Place of Performance: 111 TW Alexander Drive, Morrisville, NC 27713. � Period of Performance � The estimated period of performance is for one (1) year base and four (4) one (1) year option periods covering the Period of Performance TBD through TBD. � Estimated start date is 1/25/20. PART 7 � CONTRACT ADMINISTRATION DATA � The following personnel will represent the Government for the purpose of this contract: � 1. The COR is responsible for: (1) monitoring the Contractor's technical progress, including the surveillance and assessment of performance and recommending to the Contracting Officer changes in requirements; (2) performing technical evaluation as required; (3) performing technical inspections and acceptances required by this contract; and (4) assisting in the resolution of technical problems encountered during performance. 2. Contract Officer (Primary POC) Christopher Fisher christopher.fisher@nih.gov Tel: (984) 287-3025 The Contracting Officer is the only person with authority to act as agent of the Government under this contract. Only the Contracting Officer has authority to: (1) direct or negotiate any changes in the RFQ; (2) modify or extend the period of performance; (3) change the delivery schedule; (4) authorize reimbursement to the Contractor any costs incurred during the performance of this contract; or (5) otherwise change any terms and conditions of this contract. Invoice Submission a. Invoice Instructions for NIH Fixed-Price Type Contracts, NIH (RC)-2, are made part of this contract. The Contractor shall follow the attached instructions and submission procedures specified below to meet the requirements of a ""proper invoice"" pursuant to FAR Subpart 32.9, Prompt Payment. 1.� Payment requests shall be submitted to the offices identified below. Do not submit supporting documentation (e.g., receipts, time sheets, vendor invoices, etc.) with your payment request unless specified elsewhere in the contract or requested by the Contracting Officer. The original invoice shall be submitted to the following designated billing office:� National Institutes of Health �Office of Financial Management �Commercial Accounts �2115 East Jefferson Street, Room 4B-432, MSC 8500 �Bethesda, MD 20892-8500 One electronic copy of the invoice shall be submitted to the following approving official: �Contracting Officer �OM/Office of Acquisitions �National Institutes of Health �National Institute of Environmental Health Sciences E-Mail: christopher.fisher@nih.gov The Contractor shall submit an electronic copy of the payment request to the approving official instead of a paper copy. The payment request shall be transmitted as an attachment via e-mail to the address listed above in one of the following formats:� MSWord, MS Excel, or Adobe Portable Document Format (PDF).� Only one payment request shall be submitted per e-mail and the subject line of the e-mail shall include the Contractor's name, contract number, and unique invoice number. Note: The original payment request must still be submitted in hard copy and mailed to the designated billing office to meet the requirements of a ""proper invoice."" 2.� In addition to the requirements specified in FAR 32.905 for a proper invoice, the Contractor shall include the following information on the face page of all payment requests: a. Name of the Office of Acquisitions. The Office of Acquisitions for this contract is NIEHS. b. Central Point of Distribution. For the purpose of this contract, the Central Point of Distribution is NIEHS_OA_Invoices-BranchC@mail.nih.gov. c. Federal Taxpayer Identification Number (TIN).� If the Contractor does not have a valid TIN, it shall identify the Vendor Identification Number (VIN) on the payment request. The VIN is the number that appears after the Contractor's name on the face page of the contract. [Note: A VIN is assigned to new contracts awarded on or after June 4, 2007, and any existing contract modified to include the VIN number.]� If the Contractor has neither a TIN, DUNS, or VIN, contact the Contracting Officer. d. DUNS or DUNS+4 Number.� The DUNS number must identify the Contractor's name and address exactly as stated in the contract and as registered in the Central Contractor Registration (CCR) database.� If the Contractor does not have a valid DUNS number, it shall identify the Vendor Identification Number (VIN) on the payment request. The VIN is the number that appears after the Contractor's name on the face page of the contract. [Note: A VIN is assigned to new contracts awarded on or after June 4, 2007, and any existing contract modified to include the VIN number.]� If the Contractor has neither a TIN, DUNS, or VIN, contact the Contracting Officer. e. Invoice Matching Option.� This contract requires a three-way match. f. Unique Invoice Number.� Each payment request must be identified by a unique invoice number, which can only be used one time regardless of the number of contracts or orders held by an organization. g. Inquiries regarding payment of invoices shall be directed to the designated billing office, (301) 496-6088. ����������������������������������������������������������������������������������������������������������� PART 8 � SPECIAL CONTRACT REQUIREMENTS � Government Holidays � Workplace is not available on the Government Holidays stated below, or as prescribed by an Executive Order (EO) or OPM.gov due to inclement weather. January ����������� New Year�s Day January ����������� Martin Luther King Day February���������� President�s Day May���� ����������� Memorial Day July����� ����������� Independence Day September������� �Labor Day October ����������� Columbus Day November�������� Veterans Day November�������� Thanksgiving December�������� Christmas Day PART 9 - CONTRACT CLAUSES � 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This RFQ incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation. Also, the full text of a solicitation provision may be accessed electronically at this/these address (es): http://farsite.hill.af.mil/ � 52.204-16 ������� Commercial and Government Entity Code Reporting ���� ����������������������� (Jul 2015) 52.209-11�������� Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law ������������������������������� ����������������������� (Feb 2016) 52.212-1 ��������� Instructions to Offerors � Commercial Items ����������������� ����������������������� (Oct 2015) 52.212-2 ��������� Evaluation � Commercial Items ������������������������������������ ����������������������� (Oct 2014) 52.212-3 ��������� Offeror Representations and Certifications�Commercial Items ����������������������� (Jan 2017) An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov . If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision. 52.225-25 ������� Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran�Representation and Certifications ������ ����������������������� (Oct 2015) 352.239-73 ����� Electronic Information and Technology Accessibility Notice����������� ���������� (Dec 2015) 52.252-2 Clauses Incorporated by Reference (Feb 1998) � This contract incorporates one or more clauses by reference, noted in Title 48, Federal Acquisition Regulation (FAR) System, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available.� Also, the full text of a clause may be accessed electronically at: http://farsite.hill.af.mil/vffara.htm, HHSAR: http://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html � 52.204-18 ������� Commercial and Government Entity Code Maintenance�� ����������������������� (Jul 2015) 52.212-2���������� Evaluation of Commercial Items����������������������������������� ����������������������� (Oct 2014) 52.212-4 ��������� Contract Terms and Conditions Commercial Items �������� ����������������������� (Jan 2017) 52.232-40 ������� Providing Accelerated Payment to Small Business Subcontractors� ���������� (Dec 2013) 352.203-70 ������ Anti-lobbying�� ���������������������������������������������������������������������� ���������������������������� (Dec 2015) 352.222-70 ����� Contractor cooperation in equal employment opportunity investigations �� (Dec 2015) 352.239-74 ����� Electronic Information and Technology Accessibility ���� ����������������������� (Dec 2015) ClauseS Incorporated by Full Text Addenda to 52.212-4 � 1. Stop Work Order, FAR 52.242-15 (Aug 1989) (a) The Contracting Officer may, at any time, by written order to the Contractor, require the Contractor to stop all, or any part, of the work called for by this contract for a period of 90 days after the order is delivered to the Contractor, and for any further period to which the parties may agree. The order shall be specifically identified as a stop-work order issued under this clause. Upon receipt of the order, the Contractor shall immediately comply with its terms and take all reasonable steps to minimize the incurrence of costs allocable to the work covered by the order during the period of work stoppage. Within a period of 90 days after a stop-work is delivered to the Contractor, or within any extension of that period to which the parties shall have agreed, the Contracting Officer shall either -- (1) Cancel the stop-work order; or (2) Terminate the work covered by the order as provided in the Default, or the Termination for Convenience of the Government, clause of this contract. (b) If a stop-work order issued under this clause is canceled or the period of the order or any extension thereof expires, the Contractor shall resume work. The Contracting Officer shall make an equitable adjustment in the delivery schedule or contract price, or both, and the contract shall be modified, in writing, accordingly, if -- (1) The stop-work order results in an increase in the time required for, or in the Contractor�s cost properly allocable to, the performance of any part of this contract; and (2) The Contractor asserts its right to the adjustment within 30 days after the end of the period of work stoppage; provided that, if the Contracting Officer decides the facts justify the action, the Contracting Officer may receive and act upon the claim submitted at any time before final payment under this contract. (c) If a stop-work order is not canceled and the work covered by the order is terminated for the convenience of the Government, the Contracting Officer shall allow reasonable costs resulting from the stop-work order in arriving at the termination settlement. (d) If a stop-work order is not canceled and the work covered by the order is terminated for default, the Contracting Officer shall allow, by equitable adjustment or otherwise, reasonable costs resulting from the stop-work order. (End of Clause) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items (Jan 2017) (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) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) (3) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (4) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 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: ___ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). ___ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). ___ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009). _X__ (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note). ___ (5) [Reserved] ___ (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). ___ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). ___ (8) 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). ___ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). ___ (10) [Reserved] ___ (11) (i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a). ___ (ii) Alternate I (Nov 2011) of 52.219-3. _X__ (12) (i) 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). ___ (ii) Alternate I (Jan 2011) of 52.219-4. ___ (13) [Reserved] ___ (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). ___ (ii) Alternate I (Nov 2011). ___ (iii) Alternate II (Nov 2011). ___ (15) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). ___ (ii) Alternate I (Oct 1995) of 52.219-7. ___ (iii) Alternate II (Mar 2004) of 52.219-7. _X__ (16) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)). ___ (17) (i) 52.219-9, Small Business Subcontracting Plan (Jan 2017) (15 U.S.C. 637 (d)(4)). ___ (ii) Alternate I (Nov 2016) of 52.219-9. ___ (iii) Alternate II (Nov 2016) of 52.219-9. ___ (iv) Alternate III (Nov 2016) of 52.219-9. ___ (v) Alternate IV (Nov 2016) of 52.219-9. ___ (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)). ___ (19) 52.219-14, Limitations on Subcontracting (Jan 2017) (15 U.S.C. 637(a)(14)). ___ (20) 52.219-16, Liquidated Damages�Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). ___ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657f). ___ (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). ___ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)). ___ (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec 2015) (15 U.S.C. 637(m)). _X__ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). ___ (26) 52.222-19, Child Labor�Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126). _X__ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). _X__ (28) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). ___ (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). _X__ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). ___ (31) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). ___ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). _X__ (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). ___ (ii) Alternate I (Mar 2015) of 52.222-50, (22 U.S.C. chapter 78 and E.O. 13627). ___ (34) 52.222-54, Employment Eligibility Verification (Oct 2015). (E. O. 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) ___ (35) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (Oct 2016). (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017). Note to paragraph (b)(35): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction. ___ (36) 52.222-60, Paycheck Transparency (Executive Order 13673) (Oct 2016). ___ (37) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (38) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O.13693). ___ (39) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun 2016) (E.O. 13693). ___ (40) (i) 52.223-13, Acquisition of EPEAT� -Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514 ___ (ii) Alternate I (Oct 2015) of 52.223-13. ___ (41) (i) 52.223-14, Acquisition of EPEAT� -Registered Television (Jun 2014) (E.O.s 13423 and 13514). ___ (ii) Alternate I (Jun 2014) of 52.223-14. ___ (42) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). ___ (43) (i) 52.223-16, Acquisition of EPEAT� -Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514). ___ (ii) Alternate I (Jun 2014) of 52.223-16. _X__ (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). ___ (45) 52.223-20, Aerosols (Jun 2016) (E.O. 13693). ___ (46) 52.223-21, Foams (Jun 2016) (E.O. 13696). ___ (47) (i) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a). ___ (ii) Alternate I (Jan 2017) of 52.224-3. ___ (48) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). ___ (49) (i) 52.225-3, Buy American--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, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43). ___ (ii) Alternate I (May 2014) of 52.225-3. ___ (iii) Alternate II (May 2014) of 52.225-3. ___ (iv) Alternate III (May 2014) of 52.225-3. ___ (50) 52.225-5, Trade Agreements (Oct 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). _X__ (51) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.�s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ___ (52) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). ___ (53) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). ___ (54) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). ___ (55) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505), 10 U.S.C. 2307(f)). ___ (56) 52.232-30, Installment Payments for Commercial Items (Jan 2017) (41 U.S.C. 4505, 10(59) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332). ___ (60) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). ___ (61) 52.242-5, Payments to Small Business Subcontractors (Jan 2017) (15 U.S.C. 637(d)(12)). ___ (62) (i) 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). ___ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, 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: ___ (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495) ___ (2) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.). ___ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). ___ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C.206 and 41 U.S.C. chapter 67). ___ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). ___ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67). ___ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67). ___ (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). ___ (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). ___ (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). ___ (11) 52.237-11, Accepting and Dispensing of $1 Coin (Sep 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor�s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause� (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). (ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (iii) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iv) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (v) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (vi) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). (vii) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (viii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (ix) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). (x) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (xi) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (xii) (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627). (xiii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.) (xiv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67) (xv) 52.222-54, Employment Eligibility Verification (Oct 2015) (E. O. 12989). (xvi) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). (xvii) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (Oct 2016) (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017). Note to paragraph (e)(1)(xvii): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction. (xviii) 52.222-60, Paycheck Transparency (Executive Order 13673) (Oct 2016). (xix) 52.222-62, Paid sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (xx) (A) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a). (B) Alternate I (Jan 2017) of 52.224-3. (xxi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xxii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xxiii) 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). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) 52.217-8 Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 15 days of contract expiration. (End of Clause) 52.217-9 Option To Extend the Term of the Contract (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within ____ 5 days of time within which the Contracting Officer may exercise the option; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice goes 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 _ (months) (years). (End of clause) � PART 11� INSTRUCTIONS TO THE OFFERORS � ADDENDUM TO 52.212-1 The offeror shall submit the following: 1. Technical Quotation: A quotation that conforms to the solicitation's requirements with an explanation of how your firm intends to satisfy the requirements of required maintenance. The quote shall provide sufficient information and supporting data to address how the quote meets the required maintenance. NOTE: Statements that the offeror understands, can or will comply with all specifications, or statements paraphrasing the specifications of parts thereof, or phrases such as ""standard procedures will be used"" or ""well known techniques will be used: will be considered insufficient. Insufficient explanations of how your company will comply with the above of this solicitation may cause your offer to be deemed not technically acceptable. 2. Price Quotation: A unit price (with extended amount) for each line item. 3. Quotations are due by January 20, 2020, 10:00 AM, EST and submitted via e-mail to christopher.fisher@nih.gov. Send questions, via e-mail, to the Contract Specialist no later than January 15, 5:00 PM EST. PART 12 � GENERAL EVALUATION INFORMATION � ADDENDUM TO 52.212-2 � The Government will award a contract resulting from this solicitation to the responsible quoter �whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: Evaluation Factors � Listed in order of importance: � Service to be provided by an OEM trained service engineer with a minimum of 5 years-experience Onsite response time, 96 hours from first contact Manufacturer specified parts Unlimited emergency/repair visits 2 PM�s per year � Rating Methods � Technical Factors: One of the following ratings will be assigned: RATING DEFINITION Exceptional (E) Exceeds specified minimum performance or capability requirements in a way beneficial to the government; proposal must have one or more strengths and no deficiencies to receive an exceptional. Acceptable (A) Meets specified minimum performance or capability requirements delineated in the Request for Proposal; proposal rated Acceptable must have no major deficiencies but may have one or more strengths. Marginal (M) Does not clearly meet some specified minimum performance or capability requirements delineated in the Request for Proposal, but these weaknesses may be correctable. Unacceptable (U) Fails to meet specified minimum performance or capability requirements; proposal has one or more deficiencies.� Proposals with an unacceptable rating are not awardable. Past Performance Factor: Relevancy and Performance Assessment:� � One of the following Relevancy ratings will be assigned: PAST PERFORMANCE RELEVANCY RATINGS Rating Definition Very Relevant Present/past performance effort involved essentially the same magnitude of effort and complexities this solicitation requires. Relevant Present/past performance effort involved much of the magnitude of effort and complexities this solicitation requires. Somewhat Relevant Present/past performance effort involved some of the magnitude of effort and complexities this solicitation requires. Not Relevant Present/past performance effort did not involve any of the magnitude of effort and complexities this solicitation requires. The combination of relevancy and recency, and performance documented by the information collected by the Government, will result in one of the following ratings: PAST PERFORMANCE RATINGS Rating Description Acceptable Based on the offeror�s performance record, the Government has a reasonable expectation that the quoter will successfully perform the required effort, or the offeror�s performance record is unknown (See note below.) No Confidence Based on the offeror�s performance record, the Government has no reasonable expectation that the quoter will successfully perform the required effort. Note: In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the quoter will not be evaluated favorably or unfavorably on past performance.� Therefore, the quoter shall be determined to have unknown past performance and in the context of acceptability/unacceptability, �unknown� shall be considered �acceptable.� � Price: The Government anticipates that adequate price competition will establish a fair and reasonable price.� However, if the Government does not receive adequate price competition, it will evaluate price quotations to ensure price reasonableness of the services being provided to the Government, considering the specific terms and conditions and relevant commercial practices. The government intends to issue a Purchase Order without discussions. The government reserves the right to enter into discussions if an unacceptable quote can be made acceptable.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/77e302f9868e42d1979501a21cce387c/view)
- Place of Performance
- Address: Morrisville, NC, USA
- Country: USA
- Country: USA
- Record
- SN05527971-F 20200109/200107230129 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |