SOLICITATION NOTICE
J -- Annual Laboratory Instrument Maintenance Services - SOLICITATION
- Notice Date
- 3/15/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Other Defense Agencies, Uniformed Services University of the Health Sciences, Directorate of Contracting, 4301 Jones Bridge Road, Bethesda, Maryland, 20814-4799
- ZIP Code
- 20814-4799
- Solicitation Number
- LOG0C038
- Archive Date
- 4/10/2010
- Point of Contact
- Christina Johnson, Phone: 3012953069, Dolores E May, Phone: 301-295-3922
- E-Mail Address
-
cjohnson@usuhs.mil, dmay@usuhs.mil
(cjohnson@usuhs.mil, dmay@usuhs.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Copy of the combined synopsis/solicitation The Uniformed Services University of the Health Sciences (USUHS), Bethesda, MD has a requirement for an annual laboratory instrument maintenance services contract. T his 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. It will be the responsibility of the contractor to check the website for the issuance of any amendments/changes to the solicitation. Quotes are being requested and a written solicitation shall not be issued. Submit a written quote, to include price quotes for all CLINS for the base year and four option years. This Request for Quotations (RFQ) incorporates all provisions and clauses in effect through Federal Acquisition Circular 05-38. The North American Industry Classification System (NAICS) code is 811219, Other Electronic & Precision Equipment Repair & Maintenance, and a size standard of $7.0 million. This requirement is 100% small business set-aside. This requirement is for a firm fixed priced contract for the following Contract Line Item Number (CLIN): Description, Serial Number, Number of preventive maintenances during the year and Manufacturer: CLIN 0001 Annual Maintenance - BASE YEAR In accordance with the attached statement of work the contractor is required to performed yearly maintenance for the following: 0001AA) ID-008900 Centrifuge, Ultra L8M55 S/N: 5F414 PMs: 2 Manufacturer: Beckman Coulter 12 mos. $_______ $_________ 0001AB) ID-007202 Centrifuge L8M70, S/N: 7G621 PMs: 2 Manufacturer: Beckman Coulter 12 mos. $_______ $_________ 0001AC) ID-034054, Centrifuge L80 S/N: L1M814 PMs: 2 Manufacturer: Beckman Coulter 12 mos. $_______ $_________ 0001AD) ID-048204, Gamma Counter Wizard MD: 1480-011 S/N: 4800434 PMs: 1 Manufacturer: PerkinElmer, Inc. 12 mos. $_______ $_________ 0001AE) ID-048171, Centrifuge Optimax S/N: CTM03H20 PMs: 1 Manufacturer: Beckman Coulter 12 mos. $_______ $_________ TOTAL: $_________________ CLIN 0002 Annual Maintenance - OPTION YEAR I In accordance with the attached statement of work the contractor is required to performed yearly maintenance for the following: 0002AA) ID-008900 Centrifuge, Ultra L8M55 S/N: 5F414 PMs: 2 Manufacturer: Beckman Coulter 12 mos. $_______ $_________ 0002AB) ID-007202 Centrifuge L8M70, S/N: 7G621 PMs: 2 Manufacturer: Beckman Coulter 12 mos. $_______ $_________ 0002AC) ID-034054, Centrifuge L80 S/N: L1M814 PMs: 2 Manufacturer: Beckman Coulter 12 mos. $_______ $_________ 0002AD) ID-048204, Gamma Counter Wizard MD: 1480-011 S/N:? 4800434 PMs: 1 Manufacturer: PerkinElmer, Inc. 12 mos. $_______ $_________ 0002AE) ID-048171, Centrifuge Optimax S/N: CTM03H20 PMs: 1 Manufacturer: Beckman Coulter 12 mos. $_______ $_________ TOTAL: $_________________ CLIN 0003 Annual Maintenance - OPTION YEAR II In accordance with the attached statement of work the contractor is required to performed yearly maintenance for the following: 0003AA) ID-008900 Centrifuge, Ultra L8M55 S/N: 5F414 PMs: 2 Manufacturer: Beckman Coulter 12 mos. $_______ $_________ 0003AB) ID-007202 Centrifuge L8M70, S/N: 7G621 PMs: 2 Manufacturer: Beckman Coulter 12 mos. $_______ $_________ 0003AC) ID-034054, Centrifuge L80 S/N: L1M814 PMs: 2 Manufacturer: Beckman Coulter 12 mos. $_______ $_________ 0003AD) ID-048204, Gamma Counter Wizard MD: 1480-011 S/N:? 4800434 PMs: 1 Manufacturer: PerkinElmer, Inc. 12 mos. $_______ $_________ 0003AE) ID-048171, Centrifuge Optimax S/N: CTM03H20 PMs: 1 Manufacturer: Beckman Coulter 12 mos. $_______ $_________ TOTAL: $_________________ CLIN 0004 Annual Maintenance - OPTION YEAR III In accordance with the attached statement of work the contractor is required to performed yearly maintenance for the following: 0004AA) ID-008900 Centrifuge, Ultra L8M55 S/N: 5F414 PMs: 2 Manufacturer: Beckman Coulter 12 mos. $_______ $_________ 0004AB) ID-007202 Centrifuge L8M70, S/N: 7G621 PMs: 2 Manufacturer: Beckman Coulter 12 mos. $_______ $_________ 0004AC) ID-034054, Centrifuge L80 S/N: L1M814 PMs: 2 Manufacturer: Beckman Coulter 12 mos. $_______ $_________ 0004AD) ID-048204, Gamma Counter Wizard MD: 1480-011 S/N:? 4800434 PMs: 1 Manufacturer: PerkinElmer, Inc. 12 mos. $_______ $_________ 0004AE) ID-048171, Centrifuge Optimax S/N: CTM03H20 PMs: Manufacturer: Beckman Coulter 12 mos. $_______ $_________ TOTAL: $_________________ CLIN 0005 Annual Maintenance - OPTION YEAR IV In accordance with the attached statement of work the contractor is required to performed yearly maintenance for the following: 0005AA) ID-008900 Centrifuge, Ultra L8M55 S/N: 5F414 PMs: 2 Manufacturer: Beckman Coulter 12 mos. $_______ $_________ 0005AB) ID-007202 Centrifuge L8M70, S/N: 7G621 PMs: 2 Manufacturer: Beckman Coulter 12 mos. $_______ $_________ 0005AC) ID-034054, Centrifuge L80 S/N: L1M814 PMs: 2 Manufacturer: Beckman Coulter 12 mos. $_______ $_________ 0005AD) ID-048204, Gamma Counter Wizard MD: 1480-011 S/N:? 4800434 PMs: 1 Manufacturer: PerkinElmer, Inc. 12 mos. $_______ $_________ 0005AE) ID-048171, Centrifuge Optimax S/N: CTM03H20 PMs: 12 Manufacturer: Beckman Coulter 12 mos. $_______ $_________ TOTAL: $_________________ STATEMENT OF WORK Annual Service and Maintenance Agreement : Contractor is to provide unlimited emergency (remedial) repairs on an as needed basis on the listed laboratory equipment to include Preventive Maintenance (PM) inspection(s) during the period of performance. Contractor shall provide all labor, parts, materials, tools, transportation and management necessary to maintain and repair the laboratory equipment listed on an as needed basis in strict accordance with Original Equipment Manufacturer (OEM) service specifications. Contractor shall provide technical support, application support, and operational assistance to Government personnel on an as needed basis via phone and on site assistance. This contract may be modified by the Government with thirty (30) days written notification to add or delete items on a pro-rated basis. SERVICE CALLS The number of service calls placed with the contractor for remedial repair is unlimited. RESPONSE TO SERVICE CALLS The contractor's initial response to any service call shall be within 24 hours (weekends and Government Holidays excluded). Within 24 hours of a service call, the contractor shall coordinate with the end user and schedule a time to conduct the necessary repairs. The contractor will complete all repairs for a service call in the minimum amount of time required, not exceeding six days of the call-in date for service. The contractor will work only during the Government's normal working hours, Monday through Friday, Federal holidays excluded, 7:30 a.m. (0730 hours) to 4:00 p.m. (1600 hours). Contractor personnel shall report to the Technical Services Branch prior to beginning work. Upon completion of work, the contractor shall leave copies of field service reports with the Technical Services Branch. DOCUMENTATION OF SERVICES Contractor shall maintain a service history record on each piece of equipment covered under the contract. Contractor shall provide copies of field service reports (including PM inspections) to the end user and to the Technical Services Branch as evidence of Preventive Maintenance and emergency service having been performed for each piece of equipment. Preventive Maintenance reports will be separate from emergency field service reports. Said reports will describe the work performed, the date of performance, item description to include Make, Model and Serial Number, and parts used. STANDARDS OF WORKMANSHIP The quality of all services and supplies rendered hereunder will conform to the highest standards in the relevant profession, trade or field of endeavor. All services and supplies will be rendered by or supervised directly by individuals fully qualified in the relevant profession, trade or field, and holding any licenses required by applicable law and regulation. The contractor, if not the OEM, shall perform all services in accordance with OEM specifications and to provide all, if any, OEM system hardware, software, and firmware upgrades throughout the term of the contract. Accordingly, the contractor's work shall result in all equipment, working at 100% of factory specifications. TECHNICAL SERVICE QUALIFICATIONS All service technicians who will provide service to the equipment covered by this contract shall be OEM factory trained and certified or show the equivalency. All service technicians shall maintain up to date knowledge and technology regarding repair of and performance enhancements to the equipment as per OEM issued technical bulletins. Technical bulletins issued by the OEM will be in the hands of the service technicians within 30 days of OEM issuance. Vendor shall maintain a library of technical manuals including all technical bulletins for each model of equipment covered by the contract. DEFINITIONS Unlimited (Remedial) Emergency Repair Service: Means that the contractor will respond to an unlimited number of service calls placed on equipment listed under contract. Has the same meaning as a Full Unlimited 100% Warranty where all parts and labor are included. Emergency: Is the occurrence of a malfunction to the normal operation of the equipment items under contract and the item is in immediate need for remedial repair. Emergency Repair: (Remedial Repair): Is the repair given to an equipment item under contract by the contractor upon request. Emergency Service Call: Is a request by phone to the contractor for a remedial repair. Preventive Maintenance (PM): Is the periodic servicing of equipment, which may or may not include cleaning, testing, adjusting, calibrating, lubricating, etc. in accordance with OEM service specifications. Specific PM requirements vary greatly from one piece of equipment to another. This service is not provided as a result of a malfunction. A PM is provided primarily to prevent an eventual malfunction, extending the life of the equipment items. Not all equipment items require PM. OEM Service Specifications: Is the Manufacturer's guidelines and/or procedures on how equipment should be repaired to include PMs on an annual basis. The contractor, if not the OEM, will perform all maintenance in accordance with OEM Specifications. ESTIMATED PERIOD OF PERFORMANCE : April 2010 through 31 March 2011. Option years will carry performance out to 26 April 2015, if exercised. Evaluation Procedures : The Government will award to the responsible offeror whose offer conforms to the combined synopsis/solicitation, is most advantageous to the government, based on the price and the technical factor listed below. Technical: Corporate Experience : Describe your experiences/qualifications performing maintenance on the requested equipment. Additionally, address any specific training of personnel. Past Performance : Please provide five references to be contacted by USU personnel. Include Company Name, Point of Contact, phone number, e-mail optional, contract value, and period of performance. A technically acceptable offer is an offer that complies with all specifications set forth herein. To be eligible for contract award, a contractor must be registered with the Central Contractor Registration (CCR) database. For instructions on registering with the CCR, please see the CCR web site at http://www.ccr.gov. All offerors are required to submit a completed copy of the Federal Acquisition Regulations (FAR) Provision 52.212-3, Offeror Representations and Certifications - Commercial Item and FAR Clause, 52.222-48, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification, with the offer. The following FAR provisions and clauses that apply are: 52.204-4 Printed or Copied Double-Sided on Recycled Paper 52.204-6 Data University Numbering System (DUNS) 52.204-7 Central Contractor Registration 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.212-1 Instructions to Offerors-Commercial Items 52.212-2 Evaluation - Commercial Items 52.212-3 Offeror Representation and Certifications-Commercial Items 52.212-4 Contract Terms and Conditions-Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statues The clauses cited within are applicable 52.219-6 Notice of Total Small Business Set-Aside 52.219-8 Utilization of Small Business Concerns 52.219-28 Post Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans 52.225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration 52.232-36 Payment by Third Party 52.217-8 Option to Extend Services (extend services within 30 days before the contract is set to expire) 52.217-9 Option to Extend the Term of the Contract (written notice is sent to the contractor within 15 days and the preliminary written notice of its intent to extend services at least 30 days before the contract expires; and the total duration of contract shall not exceed five years.) 52.219-1 Alt I Small Business Program Representations 52.222-22 Previous Contracts and Compliance Reports 52.225-13 Restrictions on Certain Foreign Purchases 52.233-4 Applicable Law for Breach of Contract Claim 52.252-1 Solicitation Provision Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 252.204-7004 Alt A Central Contractor Registration 252.232-7010 Levies on Contract Payments 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items The clauses cited within are applicable 52.203-3 Gratuities 252.243-7002 Requests for Equitable Adjustment 252.243-7001 Pricing of Contract Modifications All FAR and DFARS provisions and clauses can be viewed and accessed electronically at www.gsa.gov/far and www.arnet.gov. Direct any questions or inquiries in writing by March 22, 2010 to Christina Johnson, Contract Specialist, at Directorate of Contracting, RM A1040C, USUHS, 4301 Jones Bridge Road Bethesda, MD 20814-4799 or via e-mail: cjohnson@usuhs.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USUHS/BethesdaMD/LOG0C038/listing.html)
- Place of Performance
- Address: Bethesda, Maryland, 20814, United States
- Zip Code: 20814
- Zip Code: 20814
- Record
- SN02092862-W 20100317/100315235305-dd96905d32780fe3c46b9ec2a19cfdc8 (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 |