Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 14, 2013 FBO #4220
SOLICITATION NOTICE

J -- Lab Equipment Maintenance Services for PerkinElmer equipment - Required Tasks

Notice Date
6/12/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Preparedness Branch, Office of Acquisition Management, 16825 South Seton Avenue, Emmitsburg, Maryland, 21727, United States
 
ZIP Code
21727
 
Solicitation Number
HSFE20-13-Q-0049
 
Archive Date
7/6/2013
 
Point of Contact
Laura B. Harshbarger, Phone: 3014477611
 
E-Mail Address
laura.harshbarger@dhs.gov
(laura.harshbarger@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
A listing of model numbers, serial numbers and service required This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR 12.6, Streamlined Procedures for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation document will not be issued. It is incumbent upon contractors to monitor the FEDBIZOPS web site for any/all subsequent amendments. FEDBIZOPS also contains an option for automatic notification service. This combined synopsis/solicitation document and the incorporated provisions and clauses it contains are those in effect through Federal Acquisition Circular (FAC) 2005-66. The NAICS code for this requirement is 811219. The size standard is $19.0 million. This is an unrestricted acquisition. The Federal Emergency Management Agency requests responses from qualified sources capable of providing repair and calibration of PerkinElmer Chemical Laboratory Analysis equipment located at the Center for Domestic Preparedness (CDP), 61 Responder Drive, Anniston, AL, 36205. Specifically, this equipment is located in the Chemical, Ordinance, Biological, Radiological Training Facility (COBRATF). PerkinElmer is the Original Equipment Manufacturer (OEM) of this equipment. The period of performance is August 1, 2013 through July 31, 2013. No other dates will be considered. This is a combined synopsis/solicitation, RFQ # HSFE20-13-Q-0049, and is supplemented with additional information included herein. Offeror shall provide the following: SCOPE: The contractor shall provide all labor, travel, supervision, materials, parts, manufacturer's authorized field modification, equipment, transportation and any other items necessary to perform preventive maintenance, repair and calibration of COBRATF's PerkinElmer Chemical Laboratory Analysis equipment. All work provided by the contractor must be performed by OEM certified technicians and all work must be accomplished in a way that does not affect the warranty on this PerkinElmer equipment. Consumables are not included in this scope (i.e. lamps, trays, impinges). PERSONNEL: The contractor shall provide personnel fully qualified to service PerkinElmer Chemical Laboratory Analysis equipment and shall have knowledge of chemical laboratory technology. The contractor shall provide documentation evidencing that personnel are OEM factory trained and certified engineers by the manufacturer and must have been competently servicing the same PerkinElmer chemical laboratory equipment for at least two years. *ALL OF THE BELOW IDENTIFIED SERVICES SHALL BE PERFORMED BY OEM FACTORY TRAINED AND CERTIFIED ENGINEERS. CONTRACTOR FURNISHED ITEMS AND SERVICES: The contractor or the contractor's representative shall be available by toll-free number or cell phone 24 hours a day, seven days a week. The contractor shall provide all parts and maintain a supply of spare parts to ensure a minimum of shutdown time for repairs. In the event repair parts are not immediately available, the contractor shall ensure that required parts for repair, maintenance, calibration or inspection are received by the contractor's service technician within two days of the service call date. The contractor shall maintain complete files of technical documentation on each system to include schematics, wiring diagrams, service manuals, troubleshooting guides and service updates. PREVENTIVE MAINTENANCE SERVICES: The contractor shall schedule and perform annual preventive maintenance inspections (PMIs). PMIs shall include visual and operational checks of all components, lubrications, PMIs required by engineering change notices, check, adjust, repair, replace electrical components/controls; clean interiors; and test equipment for proper operations in accordance with the OEMs recommendations. All work, defective parts and materials shall be replaced by the contractor at no additional charge to the Government. CALIBRATION SERVICES: The contractor shall schedule and perform calibration services during annual preventive maintenance which shall include a complete visual and operation check of all components. The contractor shall certify system output which entails inspection and services required by OEM specifications. REPAIR SERVICES: The contractor shall perform on site unscheduled repair services as required to return an inoperable system to a fully functional state of operation as originally intended to operate OEMs specifications. RESPONSE TIME: The contractor shall respond to service calls telephonically within one hour after receipt of notification by the Contracting Officer's Representative (COR), 24 hours a day, seven days a week, including holidays and weekends. The contractor shall provide an on-site response within two hours if the problem cannot be resolved telephonically. This requirement is necessary to meet training requirements for first responders (otherwise weekly training may be incomplete). COORDINATION: The contractor shall coordinate PMIs and calibration services 15 days in advance of scheduled performance with the COR and will be performed between the hours of 9:00 a.m. and 4:00 p.m., Monday through Friday, excluding holidays. RECORDS/REPORTS: The contractor shall provide all forms for PMI reports and Repair Service reports. PMI Report Form: This form shall be used during all preventive maintenance, testing, inspections, repairs and adjustments/calibration to chemical laboratory analysis equipment. This form shall include the following minimum information: 1) Government Contract Number, 2) Start date, time and completion date/time, 3) System nomenclature, model and serial number, 4) Purpose of service, 5) Description of service performed, 6) Any signs of tampering and finding of equipment condition, 7) List of parts replaced and reason for replacement, 8) Name of maintenance service technician, and 9) Signature of individual acknowledging services were received. The contractor shall submit the PMI and Repair Service Reports to the COR upon completion of services. SPECIAL CONTRACT REQUIREMENTS: See attachment for tasks required and each model and serial number. EVALUATION FACTORS FOR AWARD: The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer is the lowest price technically acceptable offer, which shall represent best value to the Government. Award shall be made on the basis of the lowest evaluated price of quotes meeting or exceeding the acceptability standards for non-cost factors (i.e. technical conformance to the requirements of the solicitation). Evaluation of price will be based on the offeror's total price for all line items as delivered to the specified destination. Past Performance is not an evaluation factor for this acquisition. The following factors shall be used to evaluate offers: 1. Technically acceptable in conformance to the requirements of the solicitation (quote shall meet or exceed the acceptability standards for non-cost factors). 2. Price (all CLINs shall be priced). The offeror's initial quote shall contain the offeror's best terms from a price and technical standpoint. The Government intends to evaluate offers and award a purchase order without discussions, but reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government reserves the right to make no award as a result of this solicitation. INSTRUCTIONS TO OFFERORS: Offerors shall provide sufficient technical documentation to allow for thorough evaluation of quotes. Including, but not limited to, proof of OEM factory trained engineer's ability to perform work on PerkinElmer equipment and guarantee of warranty. Additionally, the offeror shall fully explain their ability to meet the requirements above. Shipping shall be FOB Destination. Adequate competition is anticipated for this acquisition. The Government anticipates award of a Firm Fixed Price contract. Offerors shall submit firm fixed pricing for all above requirements. Include commercial price lists and if applicable, any Federal Supply Schedule numbers and pricing. Include any applicable discounts to the Government. The Period of Performance will be August 1, 2013 through July 31, 2014. Your business must be registered at www.sam.gov. Status must be active and you must have representations and certifications filled out. If you do not have representations and certification filled out on www.sam.gov, you will be required to submit them per FAR 52.212-3 with your quote. In your quote, please provide your DUNS number, Cage Code and TIN. PROVISIONS AND CLAUSES: All referenced FAR provisions and clauses may be accessed electronically at http://farsite.hill.af.mil/vffar1.htm and HSAR provisions and clauses may be accessed electronically at http://farsite.hill.af.mil/VFHSARA.HTM. Provisions and Clauses: 52.212-1 Instructions to Offerors - Commercial Items; 52.212-4 Contract Terms and Conditions -- Commercial Items; 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items. In compliance with said clause, the following FAR clauses apply: 52.204-10, Reporting Executive Compensation and First-tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-4, Notice of Price Evaluation Preference for Hubzone Small Business Concerns; 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; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50, Combatting Trafficking in Persons; 52.223-18, Contractor Policy to Ban Text Messaging While Driving; 52.225-1, Buy American Act-Supplies; 52.225-3, Buy American Act-Free Trade Agreement-Israeli Trade Act; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. 52.233-1 Disputes; 52.233-2 Protest After Award; 52.233-4 Applicable Law for Breach on Contract Claims; HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates. HSAR 3052.212-70 Contract Terms and Conditions Applicable to DHS Acquisition of Commercial Items. In compliance with said clause, the following HSAR clauses apply: HSAR 3052.204-71 Contractor Employee Access and HSAR 3052.247-72 FOB Destination Only. QUESTIONS and QUOTE TIMELINES: Technical and/or administrative questions must be submitted in writing to laura.harshbarger@fema. dhs.gov no later than 12:00 p.m. Eastern Standard Time, Wednesday, June 19, 2013. Individual responses will not be given. Responses to all inquiries will be published by amendment to the solicitation on the FedBizOps site. Quotes are due, in writing no later than 12:00 p.m. Eastern Standard Time, Wednesday, June 26, 2013. Inquiries and information received after the established deadlines shall not be considered for this particular acquisition. Oral communications are not acceptable in response to this notice. Only written inquiries will be accepted. E-mail inquires must be in MS Word, Excel, or PDF format.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/NETC/HSFE20-13-Q-0049/listing.html)
 
Place of Performance
Address: 61 Responder Drive, Anniston, Alabama, 36205, United States
Zip Code: 36205
 
Record
SN03087577-W 20130614/130612235917-e58686f090034132a7b4912617313d1d (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.