SOLICITATION NOTICE
66 -- Spectral Imaging System with 4 (1-year Post-Warranty Maintenance Option periods). - Package #1
- Notice Date
- 3/28/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- 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_13-223-SOL-1115803
- Archive Date
- 4/26/2013
- Point of Contact
- Yolanda T. Peer, Phone: 8705437479
- E-Mail Address
-
yolanda.peer@fda.hhs.gov
(yolanda.peer@fda.hhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Combined Synopsis/Solcitations for a Spectral Imaging System with 4 (1-year Post-Warranty Maintenance Option periods). Document Type: Combined Synopsis/Solicitation Solicitation Number: FDA_13-223-SOL-1115803 Posted Date: March 28, 2013 Response Date: April 11, 2013 Set Aside: Total Small Business NAICS Code:334516 Small Business Size Standard: 500 Employees Contracting Office Address FDA/OO/OFBA/OAGS/DAP National Center for Toxicological Research (NCTR) 3900 NCTR Road Jefferson, AR 72079 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested, and a written solicitation document will not be issued. The Government intends to issue a Purchase Order in accordance with FAR Part 13.106 for the attached requirement using Simplified Acquisition Procedures. This solicitation number is FDA_13-223-SOL-1115803. 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 05-66 dated February 28, 2013. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 - Analytical Laboratory Instrument Manufacturing; Small Business Size Standard is 500 employees. This combined synopsis/solicitation is set-aside for Small Business. The U.S. Food and Drug Administration (FDA) is seeking quotes from small business sources that can provide the Center for Biologics Evaluation and Research (CBER) with a Spectral Imaging System with 4 (1-year Post-Warranty Maintenance Option periods). Background The Laboratory of Cellular Hematology (LCH) evaluates the effect of nanomaterials on endothelial cells and blood platelets. Due to ongoing and future research projects, LCH's need for a spectral imaging system has greatly increased. The visualization/detection of the nanomaterials and fluorescent biomarkers requires a highly sensitive imaging device that is capable of detecting low concentrations of different biomolecules simultaneously. Specifications: Spectral Imaging System •Device shall have space efficient footprint (max dimensions: 4ft x 4ft x 5ft) and run on US standard voltage requirement (110 volts - 120 volts) •Device shall have "nano-scale" optical microscope capability with a minimum resolution of 2nm •Device shall be compatible with LCH High Resolution Nikon Eclipse Ti Microscope (Manufacturer Serial Number: Nikon 601328) •Device shall have a wavelength range of 400nm to 900nm (minimum requirement) •Device shall signal-to-noise ratio below 50 nm •At a minimum, device shall have at least a one-year warranty Preventive Maintenance Services: •On-Site Preventive Maintenance (minimum of one planned preventive maintenance visit per year At a minimum, the PM service shall include: calibrations (if required for your specific equipment) all labor, travel, and parts, components, subassemblies, etc. •Unlimited Technical Support and Trouble Shooting Assistance during regular business hours (generally accomplished by phone, email, live-chatAn onsite visit may be necessary as a last resort if customer and Contractor are unable to resolve issues through multiple phone/email discussions). •Unlimited Software Updates and Firmware Updates (if required for proposed piece of equipment) •Preventive and Corrective Maintenance performed by OEM-certified technicians, following OEM specifications, manuals, and service bulletins, using OEM-certified tools and replacement parts, components, subassemblies, etc. Deliverables: • Spectral Imaging System oSystem consists of: spectrophotometer, camera, and optical filters •System Installation and Training •4 (1-year Post-Warranty Maintenance Options) Period of Performance (POP): *Base Year: May 1, 2013 through April 30, 2014 • Option Year 1: May 1, 2014 through April 30, 2015 • Option Year 2: May 1, 2015 through April 30, 2016 • Option Year 3: May 1, 2016 through April 30, 2017 • Option Year 4: May 1, 2017 through April 30, 2018 *The Base period is the date of award through one year from date of Government acceptance of system. Please note these dates are estimates only, based on an Award Date of May 1, 2013 and Delivery Date of May 30, 2013. The actual dates will be updated when the first option period is exercised and will be based on the formal Government acceptance date. Schedule of Items: FOB Destination: NIH Campus, 8800 Rockville Pike, Rockville, MD 20892 Contract Type: Firm Fixed Price Base Period: CLIN DESCRIPTION QUANTITY *UNIT PRICE TOTAL PRICE 0001 Spectral Imaging System 1 tiny_mce_marker________ tiny_mce_marker___________ Catalog/Item/Part Number: __________ **Option Year 1: Service maintenance agreement for the Spectral Imaging System For the PM services listed above the Government will pay the contractor the fixed price of tiny_mce_marker___________. **Option Year 2: Service maintenance agreement for the Spectral Imaging System For the PM services listed above the Government will pay the contractor the fixed price of tiny_mce_marker___________. **Option Year 3: Service maintenance agreement for the Spectral Imaging System For the PM services listed above the Government will pay the contractor the fixed price of tiny_mce_marker___________. **Option Year 4: Service maintenance agreement for the Spectral Imaging System For the PM services listed above the Government will pay the contractor the fixed price of tiny_mce_marker___________. Total Price, Base Year and Options: tiny_mce_marker________________ *Pricing shall be FOB Destination, inclusive of all shipping, handling, inside delivery, installation, setup, clean-up of area and freight charges. **Proposed price increases beyond the Base Year must be explained and supported in the offer. Place of Performance Address: NIH Campus 8800 Rockville Pike Postal Code: 20892 Country: UNITED STATES Provisions and Clauses: The full text of FAR and HHSAR provisions and clauses may be accessed electronically at http://acquisition.gov/far/index.html or http://www.hhs.gov/policies/hhsar/. CLAUSES The following clauses apply to this acquisition: FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper (MAY 2011) FAR 52.204-7 Central Contractor Registration (DEC 2012) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (FEB 2012) The following FAR 52.212-4 addenda apply: FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000) (a) "...one (1) calendar day of contract expiration;.....30 calendar..." (c) "...four (4) years." The Contractor shall submit one (1) original copy of each invoice to FDA/OC/OA/OFO/OFS, Attn: Division of Payment Services, 3900 NCTR Road, HFT-324, Building 50, 6th floor Suite 616, Jefferson, AR 72079, Fax 870-543-7224. Alternatively, an electronic invoice can be emailed to nctrinvoices@fda.hhs.gov. The Contracting Officer is the only person with authority to act as agent of the Government under this contract. Only the Contracting Officer has authority to: (1) Direct or negotiate any changes in the statement of work; (2) Modify or extend the period of performance; (3) change the delivery schedule; (4) Authorize reimbursement to the Contractor any costs incurred during the performance of this contract; or (5) Otherwise change any terms and conditions of this contract. The Contracting Officer for this order is: XXXXX, Contracting Officer 3900 NCTR Rd HFT-320 Jefferson, AR. 72079 Phone: (870) 543-XXXX Email: xxxxxxxx@fda.hhs.gov The COR is responsible for: (1) Monitoring the Contractor's technical progress, including the surveillance and assessment of performance and recommending to the Contracting Officer changes in requirements; (2) Interpreting the statement of work and any other technical performance requirements; (3) Performing technical evaluation as required; (4) Performing technical inspections and acceptances required by this contract; and (5) Assisting in the resolution of technical problems encountered during performance. The COR for this order is: to be completed at time of award. HHSAR 352.202-1 Definitions (JAN 2006) HHSAR 352.203-70 Anti-Lobbying (JAN 2006) HHSAR 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations (JAN 2010) HHSAR 352.223-70 Safety and Health (JAN 2006) HHSAR 352.231-71 Pricing of Adjustments (JAN 2001) HHSAR 352.242-71 Tobacco-Free Facilities (JAN 2006) Other Terms and Conditions Maintenance and Repair All maintenance and repair activities (including warranty work) shall be accomplished in accordance with Original Equipment Manufacturer (OEM) specifications. Service Records and Reports The Contractor shall, commensurate with the completion of each service call (inclusive of warranty service), provide the end-user of the equipment with a copy of a field service report/ticket identifying the equipment name, manufacturer, model number, and serial number of the equipment being serviced/repaired and detailing the reason for the service call, a detailed description of the work performed, the test instruments or other equipment used to affect the repair or otherwise perform the service, the name(s) and contact information of the technician who performed the repair/service, and for information purposes, the on-site hours expended and parts/components replaced. In addition, the Contractor shall provide a written report to the FDA COR and Contract Specialist, summarizing all maintenance and repair activities (including warranty work) each time service and/or repair FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (AUG 2012) The following FAR 52.212-5(b) clauses apply: 52.203-6 Alt I, 52.204-10, 52.209-6, 52.209-10, 52.219-6, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-54, 52.223-18, 52.225-13, 52.232-33 (c) 52.222-51 Clauses and provisions incorporated by reference can be obtained at https://www.acquisition.gov/far/. PROVISIONS The following solicitation provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items (FEB 2012) FAR 52.212-2 Evaluation-Commercial Items (JAN 1999) 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 the purchase order to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government on a best value evaluation basis, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability of the services offered to meet the Government's requirement. (ii) Past Performance. (iii) Price. When combined, Technical capability and past performance are significantly more important when compared to price in determining the best value to the government; however, price remains a significant factor. Technical capability will be determined and evaluated by review of information submitted by the quoter, which must provide a description in sufficient detail to show that the proposed system and PM services quoted meet the Government's requirements as outlined is this combined synopsis/solicitation. Offerors shall specifically address each of the minimum performance requirements stated above to demonstrate that the proposal meets the technical requirements. Past Performance will be determined and evaluated by review of information submitted by the quoter and/or other sources of information (e.g., the Past Performance Information Retrieval System (PPIRS), etc.). Information submitted by the quoter should describe experiences with the OEM equipment in general, and specifically, the instruments (hardware and software) to be maintained under this requirement; OEM supply chain experience; and experience providing PM in a lab environment. Price proposed must be detailed and represent the quoter's response to the schedule of services above. 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 service meets the technical requirements. Quotes shall include technical specifications, descriptive material, literature, brochures and other information corresponding to each minimum required item, which demonstrates the capabilities of the offeror. 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). FAR 52.212-3 Offerors Representations and Certifications-Commercial Items (APR 2012). An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically via http://www.acquisition.gov/. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision. The offeror agrees to hold the prices firm until September 30, 2013. The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice. It is the offeror's responsibility to monitor the internet site for the release of an amendment to the combined synopsis/solicitation (if any). Offerors that fail to complete the required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. In accordance with the Debt Collection Improvement Act of 1996, in order to be considered for an award of a Federal contract, the contractor must be registered in the System for Award Management (SAM), a free web site that encompasses the capabilities of the - Central Contractor Registry (CCR); Federal Agency Registration (Fedreg); Online Representations and Certifications Application (ORCA); Excluded Parties List System (EPLS); and the Catalog of Federal Domestic Assistance. The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete. Updating information in the SAM does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. To access the SAM website go to: https://www.sam.gov/portal/public/SAM/ Addendum to Paragraph (b) (8) Representations and Certifications- In addition to completing the representations and certifications at FAR 52.212-3(b), the Contractor's quote shall also clearly show that the Contractor has selected the appropriate certification under FAR 52.222-48. Note: This solicitation is being issued under the premise that the Contractor will certify that the combination of equipment/service it will propose to fulfill this requirement is exempt from the Service Contract Act per the conditions set forth in FAR 52.222-48 & FAR 22.1003-4(c). If this is the case and the Contractor certifies that is exempt under the terms and conditions of 52.222-48, then clause 52.222-51 will flow per usual from this solicitation to the resulting order. In the event that a Contractor does not make this certification, traditional Service Contract Act clauses 52.222-41, and 52.222-43 shall be included in the resulting order award as well as Wage Determination WD 05-2103 (Rev.-12: http://www.wdol.gov/wdol/scafiles/std/05-2103.txt?v=12 The provision at FAR 52.222-48, Exemption from application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification (Feb 2009), applies to this acquisition: (a) The offeror shall check the following certification: CERTIFICATION The offeror  does does not certify that- (1) The items of equipment to be serviced under this contract are used regularly for other than Government purposes, and are sold or traded by the offeror (or subcontractor in the case of an exempt subcontractor) in substantial quantities to the general public in the course of normal business operations; (2) The services will be furnished at prices which are, or are based on, established catalog or market prices for the maintenance, calibration, or repair of equipment. (i) An "established catalog price" is a price included in a catalog, price list, schedule, or other form that is regularly maintained by the manufacturer or the offeror, is either published or otherwise available for inspection by customers, and states prices at which sales currently, or were last, made to a significant number of buyers constituting the general public. (ii) An "established market price" is a current price, established in the usual course of trade between buyers and sellers free to bargain, which can be substantiated from sources independent of the manufacturer or offeror; and (3) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract are the same as that used for these employees and equivalent employees servicing the same equipment of commercial customers. (b) Certification by the offeror as to its compliance with respect to the contract also constitutes its certification as to compliance by its subcontractor if it subcontracts out the exempt services. If the offeror certifies to the conditions in paragraph (a) of this provision, and the Contracting Officer determines in accordance with FAR 22.1003-4(c)(3) that the Service Contract Act- (1) Will not apply to this offeror, then the Service Contract Act of 1965 clause in this solicitation will not be included in any resultant contract to this offeror; or (2) Will apply to this offeror, then the clause at 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements, in this solicitation will not be included in any resultant contract awarded to this offeror, and the offeror may be provided an opportunity to submit a new offer on that basis. (c) If the offeror does not certify to the conditions in paragraph (a) of this provision- (1) The clause in this solicitation at 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements, will not be included in any resultant contract awarded to this offeror; and (2) The offeror shall notify the Contracting Officer as soon as possible, if the Contracting Officer did not attach a Service Contract Act wage determination to the solicitation. (d) The Contracting Officer may not make an award to the offeror, if the offeror fails to execute the certification in paragraph (a) of this provision or to contact the Contracting Officer as required in paragraph (c) of this provision. (End of provision) The Government reserves the right to make an award without discussions. 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 offer must reference solicitation FDA_13-223-SOL-1115803. Offers, referencing Solicitation No. FDA_13-223-SOL-1115803 is due in person, by postal mail or email to the point of contact listed below on or before April 11, 2013 by 1:00 PM, (Local Time Jefferson, Arkansas) at the Food and Drug Administration, OO/OFBA/OAGS/DAP, Attn: Yolanda Peer, 3900 NCTR Road, HFT-320,Building 50 - Room 420, Jefferson, AR 72079-9502 or yolanda.peer@fda.hhs.gov. For information regarding this solicitation, please contact Yolanda Peer at yolanda.peer@fda.hhs.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA_13-223-SOL-1115803/listing.html)
- Place of Performance
- Address: NIH Campus, 8800 Rockville Pike, Rockville, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03022983-W 20130330/130328234747-5e9129f555acdc803c9ff059665e43d4 (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 |