Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2009 FBO #2836
SOLICITATION NOTICE

J -- Maintenance and Service Contract for TSQ instruments

Notice Date
8/28/2009
 
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 Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
FDA-SOL-09-1058638
 
Archive Date
9/23/2009
 
Point of Contact
Jeankite Joseph, Phone: 301-827-5095, Christopher E. Cunningham, Phone: 301-827-7185
 
E-Mail Address
jeankite.joseph@fda.hhs.gov, christopher.cunningham@fda.hhs.gov
(jeankite.joseph@fda.hhs.gov, christopher.cunningham@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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. The solicitation, FDA-SOL-09-1058638, is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-35. The acquisition is full and open to all Businesses. The associated NAICS code is 811219 and small business size standard is $ 7.0 Millions. The Food and Drug Administration (FDA) is seeking competition for One (1) Year Maintenance and Service contract with One (1) Additional Option Year for TSQ Instruments. Scope of Work The Agency is purchasing one-year maintenance and service contracts for seventeen mass spectrometers located in the Agency’s field laboratories with 1 additional option year for 5 of these TSQ instruments. This instrumentation, its maintenance and uninterrupted operation is a critical need for the regulation of food and drug products and agency’s food defense initiatives. Each maintenance/service contract shall include an unlimited number of demand on-site service visits with a maximum of 72-hour response time. The short response time is of critical value to the field labs to prevent building a back-log of samples. Most of the instruments in the labs operate around the clock to process samples that require a fast turn-around time due to numerous factors: perishable import samples need to be tested fast so as to make a decision on the admissibility of the product before it deteriorates at the dock, consumer-complaints need to be resolved as soon as possible, any analysis related to identifying outbreaks also is high-priority. Due to the sensitive nature of the analyses the Agency’s field labs have to perform on a daily basis, instrument reliability is of utmost importance. Instrument reliability shall be achieved by appropriate service coverage administered by a professional company that shall delivered the services in a fast, effective manner. The service contract shall also include support for technical inquiries within 2 hours. This is another very important feature the labs take advantage of routinely. Many minor software or hardware problems may have simple solutions that can be addressed with technical phone support, thus further reducing instrument down-time. Also, whenever the Agency’s field labs are faced with a new challenge, a new analyte to screen for, they have to rapidly develop new methods. Availability of advice from the vendor’s technical support staff when trying to run new methods on the instruments is a valuable resource. It aids in speedy implementation of new LC-MS methods to respond to new challenges. The service contract shall also include one preventative maintenance visit – maintenance visits prolong the life of the instruments, systematically replace consumable parts, and catch minor problems before they turn into big issues. Having the routine maintenance performed by the professionals most familiar with the instruments frees up time of FDA lab personnel. These visits shall also ensure that laboratories are in compliance with quality management system requirements. The service contract shall also include factory-certified replacement parts. The service contracts shall ensure reliable operation of the field instruments which in turn supports the critical analytical work the Agency’s labs perform on an everyday basis to promote food safety and defense. Summary of Services: Six TSQ Quantum Contracts Ten LCQ Deca XP Plus Contracts One LCQ Deca XP Plus in the Mobile Lab Period of Performance From the time the contract is awarded through one year plus and additional One Option Year. Security Requirements Contractor personnel are expected to conform to normal operating hours. The normal duty hours are 8 a.m. to 5 p.m., Monday through Friday with the exception of official federal government holidays. Contractor employees who will be in DHHS-owned or leased space for less than thirty (30) days are exempted from the background investigation requirement. Contractor employees must be escorted at all times while in DHHS-owned or leased space. Payment for Unauthorized Work No payments will be made for any unauthorized supplies and/or services or for any unauthorized changes to the work specified herein. This includes any services performed by the contractor at the request of an individual other than a duly appointed Contracting Officer. Only a duly appointed Contracting Officer is authorized to change the specifications, terms, and conditions under this effort. Location: 5600 Fishers Lane, Rockville, MD 20857 Evaluation Criteria The Offeror should demonstrate in its proposal that the objectives in the statement of work are understood and offer a logical approach to their achievement. Award will be made to the Offeror who is deemed most responsive, whose proposal conforms to all requirements, and is judged to represent the best value. To conduct a best value assessment, the FDA will evaluate the Offeror’s proposal submission based on criteria described below. As this is a best-value selection, the government may make tradeoffs in the factors below to arrive at a best value decision. The Government may award the contract on the basis of initial offers received, without discussions. Therefore, each initial offer should contain the Offeror's best terms from a cost and technical standpoint. EVALUATION CRITERIA The evaluation will be based on the completeness, thoroughness and demonstrated capabilities of the prospective Offeror in relation to the needs of the project as set forth in the solicitation. Each proposal must document the feasibility of success implementation of the requirements. The Offeror should show that the objectives stated in the proposal are understood and offer a logical program for their achievement. Offerors must submit information sufficient to evaluate their proposals based on the detailed criteria listed below. Technical: Demonstrated understanding of the requirement and capability to be responsive to the requirement (20 points) Past Performance: Approach and demonstrated experience and qualified personnel to fulfill the requirement. (65 points) This criterion will be used to rate the acceptability of a plan of action with details on how the proposed work will be accomplished. Include a timeline; lists of key individuals who will work on the project with a short description about their effort or contribution. Assure the adequacy of time devoted to the project by key staff. The key staff should be qualified and knowledgeable. A premium is placed on skilled writing and editing of features on food and medical product safety topics, and adherence to a tight production schedule. Provide resumes that include a description of the experience and capability for each of the key personnel, including documentation of their previous experience researching and writing on health and medicine for a daily newspaper, wire service or magazine distributed nationally. Descriptions shall address such items as the individual’s background, education, work experience and accomplishments. Show the knowledge that key personnel have gained through completed and ongoing efforts that are similar in nature to this effort and include five related writing samples for each individual proposed to perform editorial activities. While number of resumes supplied by the bidder is not limited, only resumes for key personnel working under this contract shall be provided. Price: The extent to which the project’s costs are reasonable based on the activities to be carried out and the anticipated outcomes. (15 points) OFFEROR MUST COMPLETE AND SUBMIT WITH ITS QUOTE, FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS – COMMERCIAL ITEMS (JUL 2009), WHICH ARE AVAILABLE ELECTRONICALLY AT: http://www.arnet.gov/far/current/html/52_212_213.html. The clause at FAR 52.212-4 (Mar. 2009), Contract Terms and Conditions – Commercial Items and FAR 52.212-5 (Jun. 2009), Contract Terms and Conditions required to Implement Statutes or Executive Orders – Commercial Items, applies to this acquisition. The additional FAR clauses cited in the clause are applicable to the acquisition: (1) 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I (Sep. 2006), (2) 52.219-8, Utilization of Small Business Concerns (May 2004), (3) 52.219-14, Limitations on Subcontracting (DEC 1996), (4) 52.222-21 Prohibition of Segregated Facilities (FEB 1999), (5) 52.222-26 Equal Opportunity (MAR 2007), (6) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006), (7) 52.222-36 Affirmative Action for Workers and Disabilities (JUN 1998), (8) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans on the Vietnam Era, and Other Eligible Veterans (Sept 2006) (9) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2008) (10) 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) (11) 52.232-33 Payment by Electronic Funds Transfer (Oct 2003). (12) 52.204-7 Central Contractor Registration (Apr 2008). (13) 52.217-7 Option for Increased Quantity—Separately Priced Line Item (Mar 1989) (14) 52.217-8 Option to Extend Services (Nov 1999). (15) 52.217-9 Option to Extend the Term of the Contract (Mar 2000). Technical Proposal shall be no more than 35 pages. Award will be made to the offeror providing best value to the Government in consideration of cost, past performance, and technical proposal. The Contract Specialist must receive any questions no later than 3:00 P.M. local time, on September 02, 2009. An original and 3 copy of the Offeror cost and technical proposal shall be received on or before 12:00 P.M. local time, September 08, 2009 at Food and Drug Administration 5630 Fishers Lane Rockville, MD 20857. For information regarding this solicitation, please contact Jeankite Joseph, at 301-827-5095, Fax 301-827-7106, or email: jeankite.joseph@fda.hhhs.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-SOL-09-1058638/listing.html)
 
Place of Performance
Address: 5600 Fishers Lane, Rockville, Maryland, 20857, United States
Zip Code: 20857
 
Record
SN01932989-W 20090830/090829012759-e9a0f53d140b0de3944126949d3709b8 (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.