Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 30, 2011 FBO #3688
SOLICITATION NOTICE

J -- Maintenance Agreement for Coherent Chameleon & Enterprise Systems

Notice Date
12/28/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 6120 Executive Blvd., EPS Suite 600, Rockville, Maryland, 20852
 
ZIP Code
20852
 
Solicitation Number
RFQ-NCI-120009-MW
 
Archive Date
1/27/2012
 
Point of Contact
Melissa R. Ward, Phone: 301-402-4509, Caren N Rasmussen, Phone: (301) 402-4509
 
E-Mail Address
wardmr@mail.nih.gov, cr214i@nih.gov
(wardmr@mail.nih.gov, cr214i@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Contracting Office Address Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 6120 Executive Boulevard, EPS Suite 600, Room 6072, Rockville, MD 20852, UNITED STATES. Description The National Cancer Institute requires the following services. This is a combined synopsis/solicitation for commercial items, prepared in accordance with format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation: No. RFQ-NCI-120009-MW includes all applicable provisions and clauses in effect through FAR FAC 2005-49 (January 2011) simplified procedures for commercial items. The North American Industry Classification Code is 811219 and the business size standard is $19.0M. It has been determined that there is no opportunity to acquire green products or services under this procurement. I. Requirement: 1. SCOPE: Contractor shall provide all labor, material and equipment to provide preventive maintenance for the government own: • Coherent Chameleon System 210 nm, s/n GDP.1058569.6207 • Coherent Chameleon Ultra Laser System, s/n GDP.1119305.3182 • Coherent Enterprise II 653C System, s/n 20179-ENT head s/n R89470-ENT All maintenance services shall be performed in accordance with the manufacturer's standard commercial maintenance practices. The contractor shall provide on-site repair for the Coherent Chameleon System 210 nm and the Coherent Chameleon Ultra Laser System. Any needed repairs for the Coherent Enterprise II 653C System shall be done at the contractor's facility. The contractor shall be responsible for all shipping and insurance costs to return the Enterprise II System to the NIH/NCI at the address shown below. 2. PREVENTIVE MAINTENANCE: Contract shall provide one (1) scheduled preventative maintenance inspection during the contract period. Service shall be performed by technically qualified factory trained personnel. Service shall consist of a thorough cleaning, calibration, adjusting, inspection, lubrication and testing of all equipment in accordance with the manufacturer's latest established service procedures. All equipment shall be operationally tested through at least one (1) complete operating cycle at the end of the preventive maintenance inspection assure optimum and efficient performance. 3. EMERGENCY SERVICE: Emergency repair service shall be provided on an unlimited basis during the term of the term of this contract at no additional cost to the Government. Emergency service shall be provided between 8 am and 5 pm Monday through Friday excluding Federal holidays. Upon receipt of notice that any part of the equipment is not functioning properly, the Contractor shall within twenty-four (24) hours, if necessary, to furnish a factory-trained service representative to inspect the equipment and perform all repairs and adjustments necessary to restore the equipment to normal and efficient operating condition. Emergency service shall not replace the necessity for scheduled PMI's. 4. REPLACEMENT PARTS: The contractor shall furnish all required replacement at no additional cost to the Government, with the exception of consumable parts to include batteries. Parts shall be new or remanufactured to original equipment specifications. Some parts may need to be purchased on a separate purchase order. 5. SERVICE EXCLUSIONS: The contractor shall not be responsible for any repairs necessitated by abuse, neglect, vandalism, Acts of God, fire or water. These repairs shall be the subject of a separate purchase order and shall not be performed under this contract. 6. PERIOD OF PERFORMANCE: Performance shall be from February 1, 2012 or date of award, whichever is later, for twelve months with four twelve month option periods 7. PERSONNEL QUALIFICATIONS: Field Service Representatives shall be factory trained and have a minimum of three (3) years experience in the servicing the aforementioned equipment. All primary service personnel shall have at least one backup Field Service Representative with at least the same level of expertise on the equipment covered by this contract. 8. PAYMENT: Payment shall be made quarterly in arrears. Payment authorization requires submission and approval of invoice per the attached Invoice & Payment Provisions. 9: PLACE of PERFORMANCE: NIH/NCI Laboratory of Experimental Carcinogenesis, Building 37 Room B114, 37 Convent Drive, Bethesda, MD 20892. Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price type contract. QUOTATIONS ARE DUE: January 12, 2012 at 11:00am EST. PROVISIONS AND CLAUSES: The following FAR provisions and clauses apply to this acquisition: FAR Clause 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (June 2008); FAR Clause 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS- (January 2011) WITH DUNS NUMBER ADDENDUM {52.204-6 (April 2008)}; FAR Clause 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (June 2010); FAR Clause 52.212-5: CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (January 2011). The following FAR clauses cited in paragraph (b) of the clause at FAR 52.212-5 are also applicable to this acquisition; FAR Clause 52.203-6 Restrictions on Subcontractor Sales to the Government FAR Clause 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR Clause 52.209-6 Protecting Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR Clause 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns FAR Clause 52.219-8 Utilization of Small Business Concerns FAR Clause 52.219-28 Post Award Small Business Program Representation FAR Clause 52.222-3 Convict Labor FAR Clause 52.222-21 Prohibition of Segregated Facilities FAR Clause 52.222-26 Equal Opportunity FAR Clause 52.222-35 Equal Opportunity for Veterans FAR Clause 52.222-36 Affirmative Action for Workers with Disabilities FAR Clause 52.222-37 Employment Reports on Veterans FAR Clause 52.222-40 Notification of Employee Rights Under the National Labor Relations Act FAR Clause 52.222-54 Employment Eligibility Verification FAR Clause 52.223-18 Contractor Policy to Ban Text Messaging While Driving FAR Clause 52.225-13 Restrictions on Certain Foreign Purchases Far Clause 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration Full text copies of the representations and certifications for other cited provisions and clauses may be obtained on line at the NCI website at http://amb.nci.nih.gov or from Melissa Ward, Contract Specialist at wardmr@mail.nih.gov. OFFERORS: Offers must be submitted on an SF-1449 with a completed 52.212-3 Offeror Representations and Certifications-Commercial Items-with DUNS Number Addendum, signed by an authorized representative of the offeror OR provide a copy of the valid certification registrations of the offeror's Central Contractor Registration (CCR) and Online Representations and Certifications Applications (ORCA). PLEASE NOTE: In order to receive an award, contractor must be registered in and have valid certifications in the Central Contractor Registration (CCR) (http://www.ccr.gov) and the Online Representations and Certifications Application (ORCA) (http://orca.bpn.gov). Quotations must be received in the NCI-OA contracting office by 11:00 a.m. EST on January 12, 2012. Please refer to solicitation number RFQ-NCI-120009-MW on all correspondence. No collect calls will be accepted. Faxed or electronic mail quotations will NOT be accepted. BASIS FOR AWARD: Award will be made, subject to available funding and quoter responsibility, to that acceptable quote, the price or cost of which is not necessarily the lowest, but which is sufficiently more advantageous to the Government than the lowest offer so as to justify the payment of additional amounts, based on the evaluation criteria described in this section All evaluation factors, other than cost or price, when combined are significantly more important than cost or price. However, cost/price may become a critical factor in source selection in the event that two or more offerors are determined to be essentially equal following the evaluation of all factors other than cost or price. In any event, the Government reserves the right to make an award to that offeror whose response provides the best overall value to the Government. The Evaluation Process: The Government will award a contract resulting from this quotation to the responsible contractor whose quote conforming to the quotation will be the most advantageous to the Government, price and other factors considered. The following evaluation factors shall be used to evaluate the prospective contractors and are listed in order of importance. 1. Technical Approach (20%) 2. Personnel Requirements or Staffing (20%) 3. Past Performance (60%) 4. Price Past Performance Information: Quoters shall submit the following information as part of their response. • A list of the last 3 (three) contracts providing similar products or services working onsite at the clients facility completed during the past ten years and all contracts currently in process that are similar in nature to the solicitation. Contracts listed may include those entered into by the Federal Government, agencies of state and local governments and commercial concerns. Quoters/offerors that are newly formed entities without prior contracts should list contracts and subcontracts as required above for all key personnel. Include the following information for each contract or subcontract: 1. Name of Contracting Organization 2. Contract Number (for subcontracts, provide the prime contract number and the subcontract number) 3. Contract Type 4. Total Contract Value 5. Description of Requirement 6. Contracting Officer's Name and Telephone Number 7. Program Manager's Name and Telephone Number 8. Standard Industrial Code The quoter/offeror may provide information on problems encountered on the identified contracts and the quoter's/offeror's corrective actions. Each quoter/offeror will be evaluated on their performance under existing and prior contracts for similar products or services. The Government is not required to contact all references provided by the quoter/offeror. Also, references other than those identified by the quoter/offeror may be contacted by the Government to obtain additional information that will be used in the evaluation of the quoter/offeror's Past Performance. FORMAT AND INFORMATION FOR SUBMITTING A QUOTATION: Please submit ONE (1) original plus three (3) copies of entire quotation. Please mark original as "ORIGINAL" and copy as "COPY." Please submit responses in TWO SEPARATELY BOUND VOLUMES VOLUME 1: CONTRACT AND PRICING DOCUMENTS • Signed SF1449 (page 1, blocks 12, 17a, 21, 23, 24, 30a, 30b and 30c and other pricing information). • Signed amendments (if applicable). • Representations and Certifications (Contractors must have valid certification/registration in the Central Contractor Registration (CCR) and the Online Representations and Certifications Applications (ORCA) in order to receive an award). Please provide a copy of each, the CCR and ORCA registrations. The Evaluation Criteria shall be applied in assessing quotations. The criteria are listed in descending order of importance. VOLUME 2: TECHNICAL FACTORS: 1. Technical Approach: (20 Points): The Government will evaluate the offeror's response based upon how clearly the offeror's response addresses and describes the offeror's ability to complete/perform the work described in the Statement of Work (SOW) in enough detail that someone with a rudimentary knowledge of the subject would be able to understand the offeror's ability to perform the work. Must show evidence that work performed also meets the standards of the Zeiss confocal systems to which these lasers belong. Must show evidence of previous interaction with Zeiss service engineers and knowledge of the interface between these lasers and the Zeiss confocals. 2. Personnel Requirements or Staffing (20 Points): The contractor shall provide resumes of key personnel that document work that is similar to the requirements stated in the Statement of Work and demonstrates the ability to meet the requirements as stated in the Statement of Work. 3. Past Performance: (60 Points): The Government will evaluate the offeror's past performance based on information obtained from references provided by the offeror, other relevant past performance information obtained from other sources known to the Government, and any information supplied by the offeror concerning problems encountered on the identified contracts and corrective action taken. The Government will assess the relative risks associated with each offeror. Performance risks are those associated with an offeror's likelihood of success in performing the acquisition requirements as indicated by that offeror's record of past performance. The Government will consider the currency and relevance of the information, source of the information, context of the data, and general trends in the offeror's performance. The lack of a performance record may result in an unknown performance risk assessment, which will neither be used to the advantage nor disadvantage of the offeror. The past performance subfactors are listed below in order of relative importance. These subfactors will be used to evaluate the quality of past performance. Past Performance Subfactors: • Record of conforming to specifications and to standards of good workmanship • Adherence to contract schedules, including the administrative aspects of performance • Reputation for reasonable and cooperative behavior and commitment to customer satisfaction • Business-like concern for the interest of the customer 3. Price (Price will be evaluated separately but not scored).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/RFQ-NCI-120009-MW/listing.html)
 
Record
SN02646405-W 20111230/111228234007-727de671e1776658c892f79786c25ec0 (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.