SOLICITATION NOTICE
J -- Full On-Site Service and Preventive Maintenance Agreement for an Applied Biosystems’ 4700 Proteomics Analyzer
- Notice Date
- 4/29/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
- ZIP Code
- 20899-1640
- Solicitation Number
- SB1341-08-SU-0249
- Point of Contact
- Jennifer Lohmeier, Phone: 301-975-8173, Patrick K Staines,, Phone: (301)975-6335
- E-Mail Address
-
jennifer.lohmeier@nist.gov, patrick.staines@nist.gov
- Description
- This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6 and 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. Solicitation number SB1341-08-RQ-0249 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-24. *** The associated North American Industrial Classification System (NAICS) code for this procurement is 811219 with a small business size standard of 500 employees. However this requirement is unrestricted and all interested Contractors may submit a quote. *** ***The National Institute of Standards and Technology (NIST) requires full on-site service and preventive maintenance agreement for an Applied Biosystems’ 4700 Proteomics Analyzer used by the Center for Advanced Research in Biotechnology (CARB) at NIST, Rockville, MD. ** ***All interested Offerors shall provide a quote for the following line item(s): Line Item 0001: Quantity One (1) Lot, Full on-site service and preventive maintenance agreement for a 4700 Proteomics Analyzer and shall be for a twelve (12) month base period of May 15, 2008 through May 14, 2009 with an additional twelve (12) month option period as follows: OPTION LINE ITEMS: The following items are option line items. The contractor shall provide pricing for these items. Prices quoted shall be effective for a period of one year from the date of award. Award of option line items is solely at the discretion of the Government. Option Line Item 0002: Quantity One (1) Lot, Full on-site service and preventive maintenance agreement for a 4700 Proteomics Analyzer and shall be for a twelve (12) month period of May 15, 2009 through May 14, 2010. The required full service and preventive maintenance agreement for the 4700 Proteomics Analyzer shall include the following: Response Time: Service Engineers must be trained and certified and at NIST specified site within two (2) business days after receipt of notification by NIST personnel. The Contractor shall provide verification that service engineers are trained and certified by the original manufacturer, evidence must be shown that service engineers have full access to latest 4700 Proteomics Analyzer repair procedures, application updates, and planned maintenance procedures, and evidence shall be provided that service engineers have full access to 4700 Proteomics Analyzer diagnostics software. The Contractor shall provide two (2) scheduled annual planned maintenance visits and shall include a planned maintenance checklist. The Contractor shall include factory certified replacement parts included at no additional cost to the Government and must demonstrate the following: 1. On-demand availability of new or true factory remanufactured laser, detectors, pumps, ion optic components and other essential parts; and 2. Availability of proprietary alignment jigs and tools required for installation of lasers, detectors and ion optic components. Labor and travel cost shall be included at no additional cost to the Government. QUALITY CONTROL PLAN: Offerors shall provide a quality control plan identifying how service/maintenance of the instrument shall be administered. Offerors shall also include information concerning response times for emergency repairs, response times for general technical support, frequency of preventative maintenance, the service to be included during the preventative maintenance visits, and the reporting that shall be furnished to document each visit to perform maintenance or repair. ****The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance, 3) Previous Experience, and 4) Price. Technical Capability, Past Performance, and Previous Experience, when combined, are more important than Price. ****Past Performance will be evaluated to determine the overall quality of the product and service, provided by the Contractor. Evaluation of Past Performance shall be based on the references provided IAW FAR 52.212-1(b)(10) and/ or information provided by NIST or its’ affiliates. Offerors shall provide a list of at least three (3) references to whom the same or similar services have been sold. The list of references shall include, at a minimum: The name of the reference contact person and the company or organization; the telephone number of the reference contact person; the contract or grant number; the amount of the contract and the address and the telephone number of the Contracting Officer if applicable; and the date of delivery or the date services were completed. ***Past Experience shall be evaluated to determine the extent of the Contractor's experience in providing similar service. Evaluation of past experience may be based on contacts used for past performance; however, the vendor should provide additional references relating to its past experience information, if necessary. To allow assessment, each quote must include appropriate documentation. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) and FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998). 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 electrically at the/these addresses: http://www.arnet.gov/far/ and http://oam.ocs.doc.gov/CAPPS_car.html. FAR 52.212-1, Instructions to Offerors - Commercial Items (NOV 2007) with addenda: CAR 1352.215-70, Period of Performance (MAR 2000) The period of performance of this contract is from May 15, 2008 through May 14, 2009. If option year is exercised, the period of performance shall be extended through the end of that year. CAR 1352.215-73 Inquiries (MAR 2000) CAR 1352.216-70 Contract Type (MAR 2000) This is a firm-fixed price type contract for full service and preventative maintenance agreements. It consists of a base period from May 15, 2008 through May 14, 2009 and one twelve-month option period. FAR 52.212-3, Offeror Representations and Certifications Commercial Items (NOV 2007). NOTE: Offerors may include paragraph (b) through (k) with quote OR enter electronically at https://orca.bpn.gov/ and submit paragraph (l) with quote. FAR 52.212-4, Contract Terms and Conditions Commercial Items (FEB 2007), with addenda: FAR 52.203-3, Gratuities (Apr 1984) FAR 52.204-9, Personal Identity Verification of Contractor Personnel (SEP 2007) FAR 52.232-18, Availability of Funds (APR 1984) CAR 1352.201-70, Contracting Officer's Authority (MAR 2000) CAR 1352.208-70, Printing (MAR 2000) CAR 1352.209-73, Compliance With The Laws (MAR 2000) CAR 1352.233-70, Harmless From Liability (MAR 2000) CAR 1352.252-71, Regulatory Notice (MAR 2000) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (FEB 2008) Commercial Items including subparagraphs: 52.217-5, Evaluation of Options; 52.217-8, Option to Extend Services; 52.217-9, Option to Extend the Terms of the Contract; (a) The Government may extend the term of this contract by written notice to the Contractor within 60 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 2 years. (End of Clause) 52.222-3, Convict Labor; 52.222-19, Child Labor – Cooperation w/ Authorities And Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-48, Exemption from Service Contract Act; 52.222-50, Combating Trafficking in Persons; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; and 52.237-2, Protection of Government Buildings, Equipment, and Vegetation. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. In order to comply with the Debt Collection Improvement Act of 1996, ALL CONTRACTORS must be registered in the Central Contractor Registration (CCR) to be considered for an award of a Federal contract. For information regarding registration in CCR, contact the CCR website at www.ccr.gov/index.cfm. Additionally, each Offeror must obtain, and provide with the quote, their nine-digit Dun and Bradstreet (DUNS) number. All responsible sources may submit a quotation which shall be considered by the agency. Offers must be submitted in writing to the National Institute of Standards and Technology, Acquisition Management Division, 100 Bureau Drive, Mail Stop 1640, Gaithersburg, Maryland 20899-1640, Attention: Jennifer Lohmeier, by 3:30PM EST on Tuesday May 9, 2008. Quotes are to remain effective for 30 days after close of solicitation. Contractors are encouraged to register with the FedBizOpps Vendor Notification Service. Potential Offerors may direct all inquiries pertaining to the solicitation in writing to Jennifer Lohmeier at Jennifer.lohmeier@nist.gov. Telephonic and facsimile requests will not be honored.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2b7bbdac7492b1feb7d150ffebd351e0&tab=core&_cview=1)
- Place of Performance
- Address: 100 Bureau Drive, Shipping & Receiving, Building 301, Gaithersburg, Maryland, 20899-0001, United States
- Zip Code: 20899-0001
- Zip Code: 20899-0001
- Record
- SN01563127-W 20080501/080429220140-2b7bbdac7492b1feb7d150ffebd351e0 (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 |