Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 08, 2020 SAM #6645
MODIFICATION

J -- CompacT Cellbase Annapurna system maintenance

Notice Date
2/6/2020 12:39:34 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA ROCKVILLE MD 20852 USA
 
ZIP Code
20852
 
Solicitation Number
75N95020Q00026
 
Response Due
2/12/2020 1:00:00 PM
 
Archive Date
02/27/2020
 
Point of Contact
Hunter Tjugum, Phone: 3018275304
 
E-Mail Address
hunter.tjugum@nih.gov
(hunter.tjugum@nih.gov)
 
Description
(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 75N95020Q00026 and the solicitation is issued as a Request for Quotation (RFQ) on a Full and Open competitive basis. 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�Test Program for Certain Commercial Items; and FAR Part 12�Acquisition of Commercial Items. This acquisition is NOT expected to exceed the simplified acquisition threshold of $250,000.00. �A Fixed-Price type of contract is contemplated for any resulting contract entered into as a result of this solicitation.� (iii) �� �The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR) Federal Acquisition Circular (FAC) Number/Effective Date: FAC 2020-04 / 01-15-2020. (iv) �� �The North American Industry Classification System (NAICS) code for this procurement is 811219-Other Electronic and Precision Equipment Repair and Maintenance with associated small business size standard of $20.5 million. (v)�� �BACKGROUND: The National Institutes of Health (NIH) is the nation�s leading medical research agency and the primary Federal agency whose mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability. �The National Center for Advancing Translational Sciences (NCATS) is a translational science center whose mission is to catalyze the generation of innovative methods and technologies that will enhance the development, testing and implementation of diagnostics and therapeutics across a wide range of human diseases and conditions.� To establish and move stem cell technologies forward through a more centralized effort, NIH has launched the Stem Cell Translation Laboratory (SCTL) within the NCATS. SCTL goal is to bring iPSC technology closer to clinical application, drug discovery and regenerative medicine. Ongoing research projects in SCTL focus on understanding molecular mechanisms regulating stem cell pluripotency and their multi-lineage differentiation capabilities with a focus on defining optimum culture conditions for maintaining pluripotent stem cells and their conversion to homogeneous and mature population of differentiated cells. The SCTL owns and operates an existing CompacT Cellbase, Annapurna, SAP# S871SSLAC, SelectT cell culture system that is in potential need of maintenance support services. Prior contract history consists of procuring maintenance services and accessories for the subject instrument issued via purchase order contract number 75N95019P00201 to Sartorius Stedim North America, Inc. in total fixed-price amount 104,650 USD on March 8, 2019 effective for 12 months� (vi)�� �Purpose and Objective:� The purpose of this requirement is to obtain one (1) 12-month maintenance and support service contract on an existing, government-owned CompacT Cellbase, Annapurna, SAP# S871SSLAC, cell culture system, manufactured by Sartorious Stedim North America, Inc., D.B.A. Sartorius Stedim Biotech, located at 565 Johnson Ave., Bohemia, NY 11716-2606, in accordance with the essential features described in this notice. Maintenance service shall be performed by OEM certified technicians with current requisite Manufacturer-authorized training on this equipment. The system is a key essential tool in the NCATS operation; therefore, it is necessary they are operating correctly with as little down time as possible. �Parts and accessory items must be compatible with the existing equipment. The authorized service provider MUST receive up-to-date factory-certified manufacturer-authorized training and be able to consistently meet the required turnaround time for system resolution. The service requirement on the subject equipment shall include labor, travel expenses and parts (excluding consumables), and consist of the following:� Hardware PM This requirement consists of providing planned hardware Preventative Maintenance (PM) service visits. Two (2) PM visits per annum are required to ensure that efficient operation of the equipment is maintained. These visits are arranged by the contractor for times mutually convenient to all parties concerned. The services are carried out by the contractor personnel, or authorized and approved contractors, in conjunction with the customer and representatives of other companies supplying major system components. The size and complexity of the system will determine the content and duration of the inspections. The contractor engineer will follow the Lock Out/Tag Out and any other prescribed Customer safety procedures during any service or repair visit. Activities included in the hardware preventative maintenance services include but are not limited to:� 1.�� �Checking all wear and tear parts 2.�� �Checking that all safety features are operating as intended 3.�� �Checking function, alignment and calibration of robots, conveyors and carousels 4.�� �Checking Customer spare parts stock levels against recommended lists� Software PM Systems are to be kept at the most current version of the software. The system software and firmware is under periodic improvement and review by the manufacturer, leading to the release of revised versions. The contractor will inform Customer when a relevant release is available, including release notes to enable Customer to assess the changes, and will strive to coordinate the installation of software changes during scheduled hardware PMs. Third-party software will not be covered in this requirement. Activities in the software maintenance services include but are not limited to: 1.�� �Assessing and upgrading the system software for the removal of �bugs� 2.�� �Assessing the suitability of configuration data for the use being made of the system 3.�� �Performing checks on operating and network system parameters for efficient function 4.�� �Assessing workstation PC�s hard disk usage Operations Support The contractor will provide assistance to answer questions and resolve problems using various methods, examples of which are: 1.�� �Advising, helping and assisting operators and supervisors in the day-to-day use of the system 2.�� �Advising, helping and assisting technicians in maintaining the system Support is limited to contractor trained operators, and designated personnel within this contract.� Hardware Support The contractor shall provide the Customer with access to the contractor hardware engineers for advice, help and assistance during core hours. Following all service and repair visits and prior to handing the equipment back to the Customer, the contractor engineer will conduct documented tests to show that there has not been any effect to the system�s functional capabilities. All service actions will be documented, including all test results, and copies of these documents will be passed to the operator/supervisor as notification that the system is now ready to be used. Maintenance service shall include parts, travel and labor costs for service calls to repair the subject units as needed.� Documentation shall be provided by the vendor to show they completed the preventive service on the equipment and left with the COR or POC with service ticket that briefly details the work performed during the service visit to the POC for signature and a copy of the ticket is to be left with the POC. The reports will cover any problems encountered, problem resolution, unresolved problems, software updates, and any miscellaneous issues observed. A detailed written report of any service and\or preventative maintenance should be submitted to the Contracting Officer�s Representative, or a delegated entity, within 24 hours of service being completed.� Specifically, Offerors submitting a response to this RFQ shall possess the ability to achieve the salient government essential features identified in this notice and provide documented evidence to be able to fully achieve the characteristics of the subject requirement described herein. This requirement must be performed by a manufacturer-authorized, OEM-certified field service engineer possessing the requisite training to ensure proper manufacturer�s proprietary software and hardware functioning. During service visits, the customer will provide access to the facility, as well as access to the cell culture system. The Contractor will perform the necessary service requests at no additional cost beyond the cost of the annual service contract and access to OEM hardware engineers for advice, help and assistance during core hours. The field service engineer or contractor will provide documentation outlining the performance attributes of the system and components being serviced. Parts and accessory items must be compatible with the subject equipment. NCATS operates the subject equipment at 9800 Medical Center Drive, Rockville, MD 20850 and has provided high quality optimization of measures in many labs across the Center.� (vii)�� �Period of Performance �� � The Period of Performance shall be effective for 12 months from March 8, 2020 through March 7, 2021. A fixed-price type of Purchase Order contract is anticipated.� Government Responsibilities NCATS will release the funds for payment quarterly in arrears. �NCATS will coordinate with vendor to schedule preventative maintenance visits. NCATS will provide access to the facility and access to the units being serviced. Inspection and Acceptance Inspection and acceptance will be performed at NCATS, located at 9800 Medical Center Drive, Rockville, MD 20850.� Data Rights: Any data generated as a result of this contract will be the property of NCATS. NCATS shall have unlimited rights to and ownership of all data including reports. In addition, it includes any additional deliverables required by contract change. The definition of �unlimited rights� is contained in Federal Acquisition Regulation (FAR) 27.401, �Definitions.� FAR clause 52.227-14, �Rights in Data-General,� is hereby incorporated by reference and made a part of this contract/order. Any data schemas will be the exclusive right of the government. Section 508�Electronic and Information Technology Standards: Contractor will not be involved in EIT Standards. No EIT is anticipated to be generated as a result of this requirement.� (viii)�� �The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. This solicitation 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 or offer. Also, the full text of a solicitation provision may be accessed electronically at these addresses: �https://www.acquisition.gov/browse/index/far � https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html �� (End of provision) The following provisions apply to this acquisition and are incorporated by reference: � FAR 52.204-7, System for Award Management (Oct 2018) � FAR 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016) � FAR 52.212-1, Instructions to Offerors-Commercial Items (Oct 2018) � FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Oct 2018) � FAR 52.222-52, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Certification (May 2014) � HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015) The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at these addresses: https://www.acquisition.gov/browse/index/far � � https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html � (End of clause) The following clauses apply to this acquisition and are incorporated by reference: � FAR 52.204-13, System for Award Management Maintenance (Oct 2018) � FAR 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016) � FAR 52.212-4, Contract Terms and Conditions--Commercial Items (Oct 2018).� The provisions of FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items (JAN 2020) is applicable to this solicitation: 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor-Cooperation With Authorities and Remedies (Jan 2018) 52.222-21 Prohibition of Segregated Facilities (Apr 2015) 52.222-26 Equal Opportunity (Sep 2016) 52.222-36 Equal Opportunity for Workers With Disabilities (Jul 2014) 52.222-50 Combating Trafficking in Persons (Mar 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management (Jul 2013) The following provisions and clauses apply to this acquisition and are incorporated as an attachment: � NIH Invoice and Payment Provisions (2/2014) � FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019) (ix)�� �The Government will evaluate quotations or offers in accordance with FAR 13.106-2 and award a purchase order from this solicitation to the responsible offeror 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: a) Technical Capability: � Ability of the Offeror to understand the SOW and requirements, adequately describe the proposed approach, identify problems and potential challenges, and demonstrate how all contract requirements will be met. Offerors shall provide evidence of sufficient planning to show that the work will be accomplished and how it will be accomplished within time and other constraints specified in the SOW or as applicable. The Offeror shall utilize all available resources to include controlling the execution of assigned activities, tasks, sub-tasks, monitoring progress, status reporting, resolving critical issues and/or mitigating risks and fulfilling all delivery requirements. Personnel Experience: Scientists will have significant experience (>5 years) in the testing of small molecule compounds in same or relevant fields; Ability to test assays described above within the timeframe required. �Organizational Experience: Possess access to all critical instrumentation necessary for this statement of work; Possess capability to work with radioactive compounds and with biological tissue. b) Price; and� c) Past performance [see FAR 13.106-2(b)(3)] Offerors shall show documented evidence of personnel experience related to the subject requirement. Specific and specialized relevant experience, knowledge, skills, abilities, and education of proposed personnel shall be clearly documented. The offeror must submit with their proposal a list of the last two (2) contracts completed during the past three (3) years and / or contracts awarded currently in process that are similar in nature to the work scope. Contracts listed may include those entered into by the Federal Government, agencies of state and local governments and commercial concerns. Newly formed entities without prior contracts should list contracts and subcontracts as required above for such key personnel. For each contract, subcontract, or reference include: (i) Name of Contracting Organization;� (ii) Contract Number (for subcontracts, provide the prime and subcontract numbers); (iii) Contract Type;� (iv) Total Contract Value;� (v) Description of Requirement;� (vi) North American Industry Classification System (NAICS) code.� Offeror�s submitting a response must provide a completed Price Quote to be evaluated and considered for award. Price quotes must indicate fixed unit pricing and total cost, including any shipping cost and estimated time of delivery after receipt of order if applicable. Prices shall be quoted on an itemized basis with a fixed-price pricing structure included for all work to be performed in accomplishing this requirement.� (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 clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.� (xii)�� �The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and is incorporated in full text. (xiii)�� �The following additional contract requirement(s) or terms and conditions as determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices. 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 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. 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 and the offeror representation in FAR Provision 52.204-24, which is attached, MUST be completed and submitted with any quotation or response to this RFQ. (xvi)�� �All responses must be received no later than the date specified in this announcement. Late responses will not be accepted. All responses must reference the subject solicitation number. Responses must be submitted electronically to hunter.tjugum@nih.gov. Facsimile responses will not be accepted. For information regarding this solicitation, contact Hunter Tjugum by email at hunter.tjugum@nih.gov or by phone at 301-827-5304. �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a4d336fa1ce945f49034fe615c2394d9/view)
 
Record
SN05553266-F 20200208/200206230133 (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 |
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.