Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 05, 2013 FBO #4180
SOLICITATION NOTICE

J -- Preventative Maintenance for Animal Cage Wash Equipment

Notice Date
5/3/2013
 
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 Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
NHLBI-CSB-(DE)-2013-123-JEF
 
Archive Date
5/25/2013
 
Point of Contact
Jenn Frazier, Phone: 3014966092
 
E-Mail Address
frazierje@mail.nih.gov
(frazierje@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS / SOLICITATION (1) Action Code: Combined Synopsis/Solicitation (2) Date: May 3, 2013 (3) Year: 2013 (4) Contracting Office Zip Code: 20892-7902 (5) Classification Code: J - Maintenance, repair & rebuilding of equipment (6) Contracting Office Address: 6701 Rockledge Drive, Room 6121A, Bethesda, MD (7) Subject/Title: Preventative Maintenance for Animal Cage Wash Equipment (8) Proposed Solicitation Number: NHLBI-CSB-(DE)-2013-123-JEF (9) Closing Response Date: May 10, 2013 (10) Contact Point(s): Jenn Frazier (11) Contract Award and Solicitation Number: TBD (12) Contract Award Dollar Amount: TBD (13) Contract Line Item Number(s): TBD (14) Contractor Award Date: TBD (15) Contractor Name: TBD (16) Description: Preventative Maintenance for Animal Cage Wash Equipment (i) THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL SERVICES PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6 AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. (ii) The solicitation number is NHLBI-CSB-(DE)-2013-123-JEF. The solicitation is being issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66. (iv) The associated North American Industrial Classification System (NAICS) code for this procurement is 811219 with a small business size standard of $19.0 Million. THIS REQUIREMENT IS UNRESTRICTED AND ALL INTERESTED OFFERORS MAY SUBMIT A QUOTE. This acquisition is being conducted in accordance with FAR Part 12 and FAR 13.5 - Test Program for Certain Commercial Items. (v) Base Year: Purchase Order Line Item Number 0001: Quantity (1) Job, the Contractor shall provide preventative maintenance visits for animal cage wash equipment, adjustments and service calls, in accordance with the following Statement of Work, for the Base Year (May 1, 2013 through April 30, 2014). Option Year 1: Purchase Order Line Item Number 0002: Quantity (1) Job, the Contractor shall provide preventative maintenance visits for animal cage wash equipment, adjustments and service calls, in accordance with the following Statement of Work, for the Option Year 1 (May 1, 2014 through April 30, 2015). Option Year 2: Purchase Order Line Item Number 0003: Quantity (1) Job, the Contractor shall provide preventative maintenance visits for animal cage wash equipment, adjustments and service calls, in accordance with the following Statement of Work, for the Option Year 2 (May 1, 2015 through April 30, 2016). Option Year 3: Purchase Order Line Item Number 0004: Quantity (1) Job, the Contractor shall provide preventative maintenance visits for animal cage wash equipment, adjustments and service calls, in accordance with the following Statement of Work, for the Option Year 3 (May 1, 2016 through April 30, 2017). Option Year 4: Purchase Order Line Item Number 0005: Quantity (1) Job, the Contractor shall provide preventative maintenance visits for animal cage wash equipment, adjustments and service calls, in accordance with the following Statement of Work, for the Option Year 4 (May 1, 2017 through April 30, 2018). (vi) Description of Requirements for the items to be acquired: STATEMENT OF WORK Background: The NIDCR, Veterinary Resources Core (VRC) Animal Facility provides Intramural Research support. The facility maintains 5800 animal housing cages, holding racks and all support equipment needed for daily operations of the rodent colony. This preventive maintenance one year base contract with 4 option years is requested in order to maintain the specialized washing equipment, vital in daily operations. It is critical for continuation of operations without lapse in service. Preventative Maintenance Shall Include: 1. Door gasket for 233LS sterilizer 2. Air-in for 233LS sterilizer 3. H077 pH probes for Getinge rack washer, two for Getinge tunnel washer and for basement effluent tank The Vendor Shall: 1. Perform a quarterly quality assurance check of all the equipment listed. 2. Call the VRC at number provided to schedule the quarterly inspection of equipment. 3. Work must be performed between the hours of 7AM - 3PM, unless pre-arranged and approved by NIDCR, VRC management. 4. Service personnel will sign in at the 30/B22 main office before proceeding to the work area. 5. Service personnel will wear appropriate personal protective equipment (PPE) provided by the animal facility and follow foot patterns and procedure to minimize cross contamination of work areas. 6. Written report (copy) of items serviced and work performed will be completed at each visit with signatures from both parties. 7. Vendor will supply a detailed list/invoice, for parts (not provided under this contract) that were replaced, need to be ordered, or rebuilt The Government Shall: 1. Provide a point of contract for communications and sign off on all inspection sheets provided during quarterly inspections. 2. Will provide servicing personnel with card key access to the animal facility and equipment rooms. 3. Will promptly process receipts for posting and payment of service. 4. Will pay for parts required above and beyond those listed on this contract, as need from invoices provided. (vii) The FAR Provision 52.212-1, Instructions to Offerors - Commercial Item applies to this acquisition and is hereby incorporated by reference. All Federal Acquisition Regulation (FAR) clauses may be viewed at http://acquisition.gov/comp/far/index.html (viii) EVALUATION OF PROPOSALS Award shall be made to the lowest priced, technically acceptable offeror. The Government will evaluate proposals based on the following evaluation criteria: A) Technical Capability; B) Past Performance and C) Price. Price shall not be evaluated on proposals that are determined technically unacceptable in accordance with the Technical Evaluation factors. Evaluation of Options: In accordance with FAR Provision 52.217-5, Evaluation of 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, except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests. Evaluation of options will not obligate the Government to exercise the option(s). A) TECHNICAL CAPABILITY: Provide two (2) completed projects performed in the past three (3) years similar to the size and scope of this requirement. Provide the name, dollar amount, period of performance, and description of each project submitted. B) PAST PERFORMANCE: The offeror's past performance information will be evaluated subsequent to the technical evaluation. However, this evaluation will not be conducted on any offeror whose proposal is determined to be technically unacceptable. The evaluation will be 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 assessment of performance risk is not intended to be a product of a mechanical or mathematical analysis of an offeror's performance on a list of contracts but rather the product of subjective judgment by the Government after it considers relevant information. When assessing performance risks, the Government will focus on the past performance of the offeror as it relates to all acquisition requirements, such as the offeror's record of performing according to specifications, including standards of good workmanship; the offeror's record of controlling and forecasting costs; the offeror's adherence to contract schedules, including the administrative aspects of performance; the offeror's reputation for reasonable and cooperative behavior and commitment to customer satisfaction; and generally, the offeror's business-like concern for the interest of the customer. 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 relevant performance record may result in an unknown performance risk assessment, which will neither be used to the advantage nor disadvantage of the offeror. C) Price: An evaluation of the offeror's price quote will be made to determine if proposed prices are realistic for the work to be performed, reflect a clear understanding of the requirements, and are consistent with the technical proposal. Reasonableness determinations will be made by determining if competition exists, by comparing proposed prices with established commercial or GSA price schedules (if applicable), and/or by comparing proposed prices with the Independent Government Cost Estimate (IGCE). (ix) In accordance with FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, offerors must complete annual representations and certifications on-line at http://orca.bpn.gov. If paragraph (j) of the provision applies, a written submission is required. (x) FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items applies to this acquisition: (xi) FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, including the following subparagraphs, apply to this acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 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; 52.222-36, Affirmative Action for Workers with Disabilities; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-1, Buy American Act - Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; (xii) The following FAR provision and clauses apply to this acquisition: 52.217-5, Evaluation of Options 52.217-9 Option to Extend the Term of the Contract; 52.232-18 Availability of Funds; (xiii) The Defense Priorities and Allocations System (DPAS) and assigned rating does not apply to this acquisition. (xiv) All offerors shall submit the following electronically: 1) Offerors must complete annual representations and certifications on-line at: www.sam.gov. If paragraph (j) of the provision applies, a written submission is required (refer to item (x) above). 2) TECHNICAL CAPABILITY: The offeror shall demonstrate experience in performing two (2) similar completed projects of size and scope, performed in the past three (3) years. 3) PAST PERFORMANCE: The Offeror shall provide three (3) contracts (Federal Government, State Agencies, Local Government; and commercial concerns) Include the following information for each contract or subcontract listed: 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. North American Industry Classification System (NAICS) Code The offeror may provide information on problems encountered on the identified contracts and the offeror's corrective actions. The Government is not required to contact all references provided by the offeror. Also, references other than those identified by the offeror may be contacted by the Government to obtain additional information that will be used in the evaluation of the offeror's past performance. 4) PRICE: Provide a firm-fixed price for each line item 0001 through line item 0005; and 5) If applicable, the offeror shall list exception(s) and rationale for the exception(s). Offerors shall submit their quotes no later than 2:00 p.m. Eastern Standard Time (EST) on May 10, 2013. The proposal must reference the RFQ No. NHLBI-CSB-(DE)-2013-123-JEF. All responsible offerors may submit a quote, which if timely received, shall be considered by the agency. Quotes can be emailed to the Contracting Specialist, Jenn Frazier at jenn.frazier@nih.gov; Quotations shall not be deemed received by the Government until the quotation is entered into the e-mail address inbox set forth above. Faxed quotes will NOT be accepted. (xv) For information concerning this solicitation, please contact Jenn Frazier at (301) 496-6092 or email: jenn.frazier@nih.gov. (xvi) Offerors' proposals shall not be deemed received by the Government until the quote is entered into the e-mail address inbox set forth above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-CSB-(DE)-2013-123-JEF/listing.html)
 
Place of Performance
Address: 30 Convent Drive, Building 30, Room B22, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03052625-W 20130505/130503234706-aa5cafb422087a583996f22d9e1eeb87 (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.