Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 22, 2013 FBO #4289
SOLICITATION NOTICE

J -- Annual Maintenance and Service on DNA Synthesizers - Solicitation Documents

Notice Date
8/20/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Other Defense Agencies, TRICARE Management Activity, USUHS CONTRACTING OFFICE, 4301 JONES BRIDGE ROAD, Bethesda, Maryland, 20814-4799, United States
 
ZIP Code
20814-4799
 
Solicitation Number
HT9404-13-Q-D065
 
Archive Date
9/30/2013
 
Point of Contact
Melissa Marcellus,
 
E-Mail Address
Melissa.Marcellus@usuhs.edu
(Melissa.Marcellus@usuhs.edu)
 
Small Business Set-Aside
Total Small Business
 
Description
Applicable Provisions & Clauses CLIN Structure The Uniformed Services University of the Health Sciences (USU) is the Nation's federal health sciences university and is committed to excellence in military medicine and public health during peace and war. We provide the Nation with health professionals dedicated to career service in the Department of Defense and the United States Public Health Service and with scientists who serve the common good. We serve the uniformed services and the Nation as an outstanding academic health sciences center with a worldwide perspective for education, research, service, and consultation; we are unique in relating these activities to military medicine, disaster medicine, and military medical readiness. USU is located in Bethesda, MD on the grounds of the Naval Support Activity Bethesda. Additional information regarding USU can be found on our website: www.usuhs.mil. USU has a requirement for annual maintenance and service on two (2) DNA Synthesizers. This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This notice constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This request for quotes (RFQ) for commercial items is in accordance with FAR Part 12 - Acquisition of Commercial Items and FAR Part 13 - Simplified Acquisition Procedures. It will be the responsibility of the offeror to check the website http://www.fbo.gov for the issuance of any amendments to the solicitation. This RFQ incorporates all provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-69 (effective 1 August 2013) and Defense Federal Acquisition Regulations Supplement Publication Notice (DPN) 20130808 (effective 8 August 2013). This solicitation is set aside for small business concerns under the applicable North American Industry Classification System (NAICS) Code 811219 - Other Electronic and Precision Equipment Repair and Maintenance, with a Small Business Administration (SBA) small business size standard of $19.0M in average annual receipts. In order to be eligible for award of this purchase order, offerors must be registered with the System for Award Management (SAM) located at https://www.sam.gov/portal/public/SAM/, with completed representations and certifications. Offerors interested in responding to this requirement must provide a quote, at a minimum, for the CLINS identified in the attached document. In order to be considered for award, offerors must provide a quote for all CLINs listed. Offerors must indicate in their quote submission whether invoices will be submitted on either a quarterly or monthly basis. The Government may issue a split award firm fixed price (FFP) option year purchase order(s) to the offeror representing the best value to the Government based upon the evaluation factors listed below. Evaluation factors are listed in order of importance, with most important listed first. The Government will conduct a trade-off between price and non-price factors. The Government is not required to award to the lowest priced offeror or the highest technically rated offeror. The Government reserves the right to award without discussions. Evaluation Factors (Listed in order of importance) : 1. Corporate Experience - The Government will evaluate offerors' technical expertise in providing service and maintenance on synthesizers manufactured by Applied Biosystems and GeneForge. Offerors are required to provide a narrative of their corporate experience in providing maintenance support on synthesizers from these manufacturers, to include software upgrades and application training and support. 2. Technical Approach - Offerors will provide a technical quote that details what is covered in the service agreement. Details should include, at a minimum, scheduled and emergency service, software upgrades, application training and support, hours of operation, labor and travel charges, and the number of preventive maintenance inspections per year. 3. Past Performance - The Government shall evaluate the offeror's present and past performance on similar tasks within the past three (3) years. Offerors must provide two (2) customer references for similar work performed. The Government reserves the right to select which reference(s) to contact. References provided must be the individuals who utilize the Applied Biosystems and GeneForge equipment being maintained. The following must be provided for each listed reference: a.Name of client and address b.Name of current point of contact including telephone number, e-mail address and title c.Contract number d.Contract value e.Contract period of performance f.A clear description of the supplies/services provided USU may request additional information at any time. Offerors will have an opportunity to address any adverse past performance history. Offerors who do not have any past performance history will not be rated favorably or unfavorably, but will instead receive a Neutral/Unknown rating for past performance. Offerors must clearly state in their quote if they do not have at least two (2) past performance references. Failure to provide this information may render an offeror's quote non-responsive and may not be considered for award. A strong history of relevant past performance may be more advantageous to the Government than a less relevant record of favorable performance. The Government reserves the right to use data provided by the offeror and data provided by alternative sources in conducting its assessment of past performance history. 4. Price - Interested offerors are to provide a firm fixed price (FFP) quote on all CLINs identified above. All applicable costs must be included in the quote (example: components, shipping, etc.). The total quoted price, inclusive of options, will be the evaluated price. Offerors must also submit a completed copy of the following with their quote: •FAR Provision 52.222-48 Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification ; and •DFARS Provision 252.209-7997 R epresentation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law - DoD Appropriations. See attached list of provisions and clauses for these requirement. Questions/clarifications regarding this solicitation must be submitted via email to melissa.marcellus@usuhs.edu by Tuesday, 3 September 2013. Any question received after 3 September 2013 will not be answered. Questions will not be answered over the phone, nor will questions submitted via any means other than email be answered. All questions will be answered in an amendment to the solicitation posted on or around 4 September 2013. Quote packages are due by 10:00pm EST on Monday, 9 September 2013. Quotes must be submitted via email to melissa.marcellus@usuhs.edu. Quotes will not be accepted by any other means. Late quotes will not be considered. Quote packages should include a cover sheet that provides the following information: •Company Name •Point of Contact, to include email and phone number •DUNS number •Statement that includes acknowledgment of latest amendment number Attachments : Applicable Provisions & Clauses CLIN Structure
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9de80891c4a43e0436164e5b5767e107)
 
Place of Performance
Address: Uniformed Services University of the Health Sciences, 4301 Jones Bridge Road, Bethesda, Maryland, 20814, United States
Zip Code: 20814
 
Record
SN03155727-W 20130822/130821000042-9de80891c4a43e0436164e5b5767e107 (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.