Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 06, 2013 FBO #4395
SOLICITATION NOTICE

J -- Preventive Maintenance/Service Agreement for a Cytometer System

Notice Date
12/4/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
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-14-223-SOL-1127464
 
Archive Date
1/3/2014
 
Point of Contact
Sondea R Blair, Phone: 8705437469
 
E-Mail Address
sondea.blair@fda.hhs.gov
(sondea.blair@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) format in Subpart 12.6 as applicable and in conjunction with FAR part 13.3 and supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is FDA-14-223-SOL-1127464. 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) 2005-71, 25 November 2013. The associated North American Industry Classification System (NAICS) Code is- 811219- Other Electronic and Precision Equipment Repair and Maintenance; Small Business Size Standard $19 million in assets. This acquisition is a small business set-aside. Background: The US Food and Drug Adminitration's, Center for Biologics Evaluation and Research (CBER) requires a Preventive Maintenance/Service Agreement for a Cytometer System; specifically, a Guava 8HT Model 0500-4008B, Serial Number 6735128112, manufactured by EMD Millipore Corporation. The service plan is necessary to ensure the Cytometer system is maintained in optimal working condition for various experiments and assays as the system is critical for cell analysis used in cell substrates experiment and must be finely calibrated in order to sustain the integrity of ongoing and future experiments. Minimum Requirements: • Shall include one (1) planned preventative maintenance visit per contract year • Shall include unlimited corrective/remedial maintenance visits within 3 business days of call for service • Shall include unlimited technical support, Mondays - Fridays (excluding Federal Holidays) between the hours of 7:00 AM - 5:00 PM Eastern Time, within 8 business hours of contact for assistance (e.g., telephone-based, email-based, website-based, etc.) • Shall include unlimited software and firmware updates. • All maintenance and repair activities shall be performed by formally trained and certified technicians/engineers, following Original Equipment Manufacturer (OEM) specifications, manuals, and service bulletins, using OEM replacement parts, components, subassemblies, etc. • All maintenance pricing shall be inclusive of labor, travel, replacement parts, components, subassemblies, etc. Base Contract Period of Performance: 1/14/2014 to 1/13/2015 Price ________________ Option Year One Period of Performance: 1/14/2015 to 1/13/2016 Price ________________ Option Year Two Period of Performance: 1/14/2016 to 1/13/2017 Price ________________ Option Year Three Period of Performance: 1/14/2017 to 1/13/2018 Price ________________ Option Year Four Period of Performance: 1/14/2018 to 1/13/2019 Price ________________ Extended Price______________________ Place of Performance: US Food and Drug Administration Center for Biologics Evaluation and Research NIH Campus, Bldg 29B, Room 3G11 8800 Rockville Pike Bethesda, MD 20892 Solicitation Provisions Contract Type: Commercial Service Firm Fixed Price The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items applies to this solicitation. The following addenda have been added to this provision: Offerors are afforded the opportunity to inspect the system by contacting the Contract Specialist identified herein to schedule an appointment. Failure to inspect the system will not relieve the successful offeror from fully meeting the requirements of the resulting contract at the price offered. Contract Clauses The following clauses are incorporated by reference and are available in full text at http://www.acquistion.gov/far and http://www.hhs.gov/regulations/hhsar. Far Clauses are current through Federal Acquisition Circular 2005-71 dated November 25, 2013. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda apply: FAR 52.204-7 System for Award Management FAR 52.232-99 PROVIDING ACCELERATED PAYMENT TO SMALL BUSINESS SUBCONTRACTORS (DEVIATION) FAR 52.217-9, Option to Extend the Term of the Contract (a)... within 1-day of contract expiration... at least 10 calendar days before the contract expires... (b)... this shall not exceed 48 months. The services provided hereunder shall be inspected and accepted at destination by the contracting officer's representative (COR) specified at award. If the services are acceptable, the COR shall promptly forward a report of inspection and acceptance to the paying office. If the supplies or services are not acceptable, the COR shall document the nonconforming items/services and immediately notify the contracting officer. Service Records and Reports The Contractor shall, with the completion of each service call or preventative maintenance visit, 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. The following clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at https://www.acquisition.gov/far. The following HHSAR clauses apply and can be obtained at the following website: http://www.hhs.gov/regulations/hhsar 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations 352.223-70 Safety and Health 352.231-71 Pricing of Adjustments 352.242-71 Tobacco-Free Facilities The Contract Specialist is the only person with authority to act as agent of the Government under this contract. Only the Contract Specialist or 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 Contract Specialist for this order is: Sondea Blair, Contract Specialist 3900 NCTR Rd HFT-320, Room 421 Jefferson, AR. 72079 Phone: (870) 543-7469 Email: sondea.blair@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: shall be completed at time of award. Invoice Submission Invoices shall be submitted to the attention of the designated Contract Specialist identified above and contain all necessary information per FAR 52.212-4 (g) in accordance with the following instructions. I. An original and two (2) copies shall be submitted 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 Phone: (870) 543-7446 Fax 870-543-7224 An electronic invoice can be emailed to the following address: nctrinvoices@fda.hhs.gov II. One copy to the Contracting Officer Representative (COR) or other program center/office designee, clearly marked as: Courtesy Copy Only: To be completed at time of award. Questions regarding invoice payments should be directed to the FDA payment office at phone or email: 870.543.7446 or nctrinvoices@fda.hhs.gov. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-51, 52.223-18, 52.225-3 Alt. II, 52.225-13, 52.232-33. 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 services proposed 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 exemption 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.-13): http://www.wdol.gov/wdol/scafiles/std/05-2103.txt?v=13 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 a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (i) Technical capability of the services offered to meet or exceed the Government's requirement (ii) Price Technical Acceptability: Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show how the offeror has the capability to perform the services for this specific equipment to include training and certification programs, logistics pipeline through the manufacturer for service manuals, bulletins, parts, software/firmware upgrades etc. and prior performance history and client contact information for the past three years in maintaining the exact systems. Pricing: Offerors shall provide pricing, clearly delineating the applicable performance period, using the attached format for each period of performance. Prices shall be firm-fixed-price and shall not be subject to any further economic price increase beyond the initial price offered. Options: The Government will evaluate offers for award purposes by adding the total price for all preventive maintenance/service options to the base year preventive maintenance/service price. 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 option(s). The government is not responsible for locating or securing any information, which is not identified in the proposal however, the Government reserves the right to obtain information for use in the evaluation from any and all sources including sources outside of the Government. The Government reserves the right to make an award without discussions. 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. Respondents are responsible for delivery in person, by e-mail, fax, mail or other delivery method their complete proposal and any additional documents before 09:00 am (Central Standard Time - Local Prevailing Time in Jefferson, Arkansas) on December 19, 2013 to sondea.blair@fda.hhs.gov, Fax (870) 543-7990, or mail to the U.S. Food and Drug Administration, FDA/OO/OFBA/OAGS/DAP, Attention of Sondea Blair, 3900 NCTR Road, Building 50, Room 421 Jefferson, AR 72079-9502. PLEASE NOTE - The above contact information is for the Contracting Office and not necessarily the service address. The service address is indicated in the Place of Performance section denoted above. When appropriate, respondents should consult with delivery providers to determine whether their documents will be delivered prior to the scheduled time. For information regarding this solicitation, please contact Sondea Blair by e-mail at sondea.blair@fda.hhs.gov. Questions regarding this solicitation will be accepted only via email and shall be submitted no later than 09:00 AM CST on December 13, 2013.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-14-223-SOL-1127464/listing.html)
 
Place of Performance
Address: US Food and Drug Administration, Center for Biologics Evaluation and Research, NIH Campus, Bldg 29B, Room 3G11, 8800 Rockville Pike, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03245180-W 20131206/131204234129-c1af3f439b115f0c6af1bf68ad9f1ecb (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.