SOLICITATION NOTICE
J -- Autospec Maintenance
- Notice Date
- 6/18/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Health and Human Services, Food and Drug Administration, Office of Field Finance & Acquisition Services, HFT-320, 3900 NCTR Road, Jefferson, Arkansas, 72079-9502
- ZIP Code
- 72079-9502
- Solicitation Number
- FDA-09-222-SOL-00063
- Archive Date
- 7/17/2009
- Point of Contact
- Nicholas E Sartain, Phone: 870-543-7370
- E-Mail Address
-
nick.sartain@fda.hhs.gov
(nick.sartain@fda.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) 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. This requirement is being issued in conjunction with FAR 13 Simplified Acquisition Procedures, as applicable. The solicitation number is FDA-09-222-SOL-00063. This solicitation is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-32. The associated North American Industry Classification System (NAICS) Code is-811219- Other Electronic and Precision Equipment Repair and Maintenance; Small Business Size Standard is $7.0 million. The Food and Drug Administration is soliciting for a preventive maintenance and total assurance plans on the following equipment and software: Waters HRMS Autospec system M356 Waters HRMS Autospec system M492 The preventive maintenance should include necessary calibrations and cleaning of the instruments and operational checks and optimization of the instrument's overall performance. The plan should also provide telephone technical support for the software and equipment. The service agreement includes one preventive maintenance visit for each instrument and any other necessary repair visits or repair parts. The PM visit includes the installation of a performance maintenance kit which replaces parts subject to wear including all consumable source and GC interface components and worn slits, phosphor discs, and photomultiplier tubes. The plans should give priority service to the government. The plans are to include software upgrades and unlimited telephone support. Masslynx Software MS6BN01728 Masslynx Software MS6BN01729 The software plan will provide off-site support and any available software upgrades and/or updates. The contractor shall provide Waters' certified service engineers for PM visits and repairs for both the HRMS systems and the Masslynx software. The contractor shall provide only genuine Waters parts for repairs. If the contractor is unable to repair the equipment to the OEM performance standards and/or obtain Waters' parts and Waters Corporation repair services are needed this cost will be borne by the contractor. Repair procedures and maintenance are to be in accordance with manufacturer's protocol. Contractor shall perform work related to service bulletins or other manufacturer's stipulated repairs that may occur during the contract period. Upon request by the government, the Contractor shall provide verification that service engineers are trained and/or certified by the original manufacturer, evidence must be shown that service engineers have full access to latest HRMS system and Masslynx software repair procedures, application updates, and planned maintenance procedures, and evidence shall be provided that service engineers have full access to diagnostics software, if applicable. This is not an all-inclusive list; the offeror shall provide statement of coverage with their quote to determine plan acceptability. The contract will include as needed repairs not covered in the maintenance plans. The offer shall provide their labor rate and travel cost for repairs and note any applicable discounts. The offer shall state if the government will receive repair parts at a discounted rate and give the percentage discount off the list price. The contractor must have current access to up to date and on-going Waters factory training for both hardware and software components and current access to all Waters current inventory factory parts, not build-to-order parts. The factory trained service engineer must not use salvaged parts from other Autospec instruments for performing maintenance and repairs. All parts used in PM or repairs must be guaranteed, factory-tested, Waters Quality Parts. Period of Performance Base: July 15, 2009 through July 14, 2010. Option year 1: July 15, 2010 through July 14, 2011. Option year 2: July 15, 2011 through July 14, 2012. Scheduled items for the base and option years: 1. Waters High Resolution Mass Spectrometer system maintenance-M356 2. Waters High Resolution Mass Spectrometer system maintenance-M492 3. Masslynx software plan for HRMS M356 4. Masslynx software plan for HRMS M492 5. Service/parts not covered by the maintenance agreement. This will be funded and determined as needed by the government. Contract Type: Commercial Item-Firm Fixed Price, with indefinite-delivery/quantity portion. Simplified acquisition procedures will be utilized. FOB Point destination. FOB Point of Delivery for Services and Supplies will be the FDA/ARL located at 3900 NCTR Road, Jefferson, AR 72079-9502. Payment terms net 30 days. Standard commercial warranty is required if applicable. The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items applies to this solicitation. The following addenda have been attached to this provision: None The provision at FAR 52.212-2 Evaluation-Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (1) of that provision are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability of the items/services offered to meet the Government's requirement. (ii) Past Performance (iii) Price. Technical and past performance, when combined, are equal when compared to price. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the offeror has the capability to perform the required services which demonstrates knowledge of the requirement to meet the Government's requirement. Past Performance Identify federal, state, local government, or private contracts for which the offeror has performed work similar to the SOW in this solicitation (include contracts within the last two years, point of contact, and telephone numbers). (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. The government reserves the right to make an award without discussions. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure information is available, vendors must furnish as part of their proposal all descriptive material necessary for the government to determine whether the product and/or service meets the technical requirements. The Government reserves the right to obtain information for use in the evaluation from any and all sources including sources outside of the Government. The Provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, applies to this acquisition. An offeror shall complete only paragraph (b) if applicable, of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following addenda have been attached to the clause. The supplies and/or services delivered hereunder shall be inspected and accepted at destination by the contracting officer's representative (COR) specified at award. If the supplies or services are acceptable, the COR shall promptly forward a report of inspection and acceptance to the paying office. If the supplies or services are not acceptable, the COR shall document the nonconforming items/services and immediately notify the contracting officer. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.203-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-5, 52.225-13, and 52.232-33. The following additional provisions and/or clauses apply: 52.204-4, 52.204-7 and 52.216-27. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.arnet.gov/far/ The following texts have been added to the clauses as follows: 52.216-18 Ordering (OCT 1995) Fill in text as follows: (a) Such orders may be issued from 7/15/2009 through 7/14/2012. 52.216-19 Order Limitations (OCT 1995) Insert the following text in paragraph: (a) $100.00 (b) (1) $10,000.00, (2) $10,000.00, (3) 5 days. (d) 5 days 52.216-22 Indefinite Quantity (OCT 1995) (d) 7/14/2012 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 5 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 15 days of contract expiration; 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 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 40 months. (End of clause) 52.232-19 Availability of Funds for the Next Fiscal Year. (APR 1984) Funds are not presently available for performance under this contract beyond July 14, 2010. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond July 14, 2010, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. (End of clause) The following HHSAR clauses apply and can be obtained at the following website: http://farsite.hill.af.mil/VFHHSAR1.htm 352.270-10 Anti-lobbying. (January 2006) CCR Requirement - Company must be registered in the Central Contractor Registration (CCR) system before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice. One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. It is the offeror's responsibility to monitor the internet site for the release of an amendment to the combined synopsis/solicitation (if any). Offers that fail to complete the required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. All responsible sources may submit an offer, which if timely received, shall be considered. The offer must reference solicitation number FDA-09-222-SOL-00063. The offers are due in person, by postal mail, fax or email to the point of contact listed below on or before 7/2/2009 by 13:00 hours (Central Standard Time in Jefferson, Arkansas) at the Food and Drug Administration, OC/OSS/OFFAS, Attn: Nick Sartain, 3900 NCTR Road, HFT-320, Jefferson, AR 72079-9502. For information regarding this solicitation, please contact Nick Sartain at (870) 543-7370, FAX (870) 543-7990 or email nick.sartain@fda.hhs.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/FDA-09-222-SOL-00063/listing.html)
- Place of Performance
- Address: 3900 NCTR Road, Jefferson, Arkansas, 72079, United States
- Zip Code: 72079
- Zip Code: 72079
- Record
- SN01849628-W 20090620/090619000022-d1d5cc85b4469a69bce3104c8c9e6877 (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 |