Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 31, 2014 FBO #4724
DOCUMENT

J -- Bio Rad CHMIDOC XRS+ Gel Imaging System Maintenance - Attachment

Notice Date
10/29/2014
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;North Texas Veterans Health Care Center;VISN 17 Network Contracting Activity;4500 S. Lancaster Road;Dallas TX 75216
 
ZIP Code
75216
 
Solicitation Number
VA25715Q0132
 
Response Due
11/14/2014
 
Archive Date
11/19/2014
 
Point of Contact
DANISE BURT
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as 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 VA257-15-Q-0132. 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) 2005-74 dated October 29, 2014. The associated North American Industry Classification System (NAICS) Code is- 811219- Other Electronic and Precision Equipment Repair and Maintenance; Small Business Size Standard is $19.0 million. This RFQ is issued as full and open competition. SCHEDULE OF ITEMS Line item Description Qty Unit Price Extended Price Line Item 1. Base Requirement. Maintenance Agreement for a Bio-Rad CHMIDOC XRS+ Gel Imaging System Serial No. 721BR04987 in accordance with Statement of Work incorporated herein. Period of Performance 03/01/2015 through 04/30/2016 with four option years. Quantity Unit Price Extended Price 12 MO $________ $__________ Line Item 2 Option Year 1. Maintenance Agreement for a Bio-Rad CHMIDOC XRS+ Gel Imaging System Serial No. 721BR04987 Period of Performance: 03/01/16 through 4/30/2017 Quantity Unit Price Extended Price 12 MO $_______ $__________ Line Item 3 Option Year 2. Maintenance Agreement for a Bio-Rad CHMIDOC XRS+ Gel Imaging System Serial No. 721BR04987 Period of Performance: 03/01/17 through 4/30/2018 Quantity Unit Price Extended Price 12 MO $_______ $_________ Line Item 4 Option Year 3. Maintenance Agreement for a Bio-Rad CHMIDOC XRS+ Gel Imaging System Serial No. 721BR04987 Period of Performance: 03/01/18 through 4/30/2019 Quantity Unit Unit Price Extended Price 12 MO $_______ $_________ Line Item 5 Option Year 4. Maintenance Agreement for a Bio-Rad CHMIDOC XRS+ Gel Imaging System Serial No. 721BR04987 Period of Performance: 03/01/19 through 4/30/2020 Quantity Unit Price Extended Price 12 MO $_______ $_________ Total for Line Items 1-5 $__________________ STATEMENT OF WORK Part I: General Information (Introduction/Background/Scope) Annual Maintenance Agreement for a Bio-Rad CHMIDOC XRS+ Gel Imaging System Serial No. 721BR04987.This system is utilized for high throughput analysis of Serum Antibody kinetics and titer analysis from patient serum samples for research program on Pandemic and seasonal Influenza; service is critical to keep the system operational at optimal performance for these requirements. The Bio-Rad CHMIDOC XRS+ Gel Imaging System service agreement shall provide for both the hardware and software required for upkeep of the machine, troubleshoot issues and cover preventive maintenance and repair Part II: Requirements A. Service Requirements: Contractor shall at a minimum; o Perform a minimum of two (2) annual on-site planned preventative maintenance visits per contract year. o Provide unlimited on-site corrective /remedial maintenance visits within 3 business days during the hours of 8 a.m-5 p.m., Monday-Friday, excluding observed holidays. (In this context, corrective/remedial maintenance is an unscheduled, unplanned repair) o Work must be performed on-site, at the location specified below, unless both parties agree that the equipment requires transportation to the technicians' facility. o Shall include unlimited technical support, Mondays - Fridays (excluding Federal Holidays) between the hours of 8:00 am - 5:00 pm Eastern Time, within 8 business hours of contact for assistance (e.g., telephone, email, live-chat, website). o Provide unlimited software and firmware updates and maintenance. o 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. o All maintenance pricing shall be inclusive of labor, travel, replacement parts, components, subassemblies, etc. o Deliverables: Service Records and Reports. B. Records and Reports: The Contractor shall, upon completion of each service call, 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 each time service and/or repair is performed. The Contractor shall coordinate all maintenance with Technical Point of Contact (to be provided with order). Part III: Supporting Information A. Place of Performance The equipment identified herein shall be maintained at: Bio_Rad Laboratories, South Texas Healthcare Center, San Antonio TX 78229 B. Period of Performance: The period of performance shall include a base year and four (4) one year option periods, is based on the award date, and is estimated as follows: 03/02/15 through 4/30/2016- Base Requirement 03/01/16 through 4/30/2017- Option Year 1 03/01/17 through 4/30/2018- Option Year 2 03/01/18 through 4/30/2019- Option Year 3 03/01/19 through 4/30/2020- Option Year 4 The FAR Provision at 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The following addenda apply: Data Required - Evaluation for Award (1-3): o 1. Technical Capability. Submit with offer written approach satisfying all of the requirements herein to include, if not the OEM, demonstrated and verifiable prior experience providing the same or near-same maintenance, repair, and support activities for this OEM equipment to include a verifiable established supply chain with that OEM for specifications, manuals, bulletins, software and firmware updates, parts, components, subassemblies, etc. o 2. Past Performance: Submit with offer recent (within the last 3 years) and relevant prior experience information for the preventative maintenance, corrective/remedial maintenance, and technical support required herein to include period of performance, description, dollar value, client name and address, client point of contact, phone number, and email address, and make, model, and manufacturers name of equipment serviced. o 3. Price. Submit with offer the Schedule of Items set forth herein. An offer is required on all items. Offerors are instructed to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. Specific attention is directed to the following sections: o "an offeror shall complete only paragraph (b) of the 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 System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision". o Offeror shall complete the certifications as applicable in the provision at FAR Provision 52.212-3(k) or FAR 52.222-48 (see below) for the application of the Service Contract Act (SCA). The offeror must certify that the maintenance/service it will propose to fulfill this requirement is exempt from the Service Contract Act per conditions set forth in FAR 22.1003-4(c). If this positive certification is not provided the FAR Clauses at 52.222-41, 52.222-42 and 52.222-43 shall be incorporated and the applicable SCA wage determination at the delivery location shall become part in any resultant contract which is Wage Determination No. WD 2005-2103 (Rev.-13) dated 6/19/2013 which is located at http://www.wdol.gov/ FAR 52.222-48 Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certifications (FEB 2009). (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. o FAR and HHSAR Provisions incorporated by reference may be obtained at: http://www.acquisition.gov/far/ http://www.hhs.gov/regulations/hhsar/ o Offerors are afforded the opportunity to inspect the system prior to the date set for receipt of quotes by contacting the Contract Specialist/Contracting Officer 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. o It is the offeror's responsibility to monitor FedBizOpps.Gov for the release of any information related to this acquisition, e.g., questions and answers, amendments, award notice, etc. o The offer must reference solicitation number VA257-15-Q-0132 o The Government is not responsible for locating or securing any information which is not provided with the offer, 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. Include the firm's DUNS number with quote. o This system is presently under manufacturers maintenance agreement. The FAR Provision at 52.212-2, Evaluation-Commercial Items, applies to this acquisition. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Capability; Past Performance; Price Technical Capability and Past Performance, when combined, are more important than Price. (b) 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). (c) 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 FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items, applies to this acquisition. The FAR Clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following addenda apply: o FAR and HHSAR Clauses incorporated by reference may be obtained at: http://www.acquisition.gov/far/ http://www.hhs.gov/regulations/hhsar/ Inspection: The supplies and/or services delivered hereunder shall be inspected and accepted at destination by the Technical Point of Contact (POC) specified at award. If the supplies or services are acceptable, the POC shall promptly forward a report of inspection and acceptance to the paying office. If the supplies or services are not acceptable, the POC shall document the nonconforming items/services and immediately notify the contracting officer. Contract Administration a.Contracting Officer, Danise Burt 124 E Highway 67, Suite 100 Duncanville TX 75137 Phone: 971-708-0814 Email: danised.burt@va.gov c. Contractor's Point of Contact (To be completed by the contractor) Name: Phone: Email: d. Technical Point of Contact ( POC)- The following POC will represent the Government for the purpose of this contact: (To be completed at time of award) Name: Phone: Email: The POC 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 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. Maintenance visits shall not be scheduled during Federal Holidays or Federal Closures as determined by Executive Orders or WWW.OPM.GOV. Federal holidays are as follows: New Year's Day Martin Luther King, Jr. Washington's Birthday Memorial Day Independence Day Labor Day Columbus Day Veteran's Day Thanksgiving Day Christmas Day Payments. Payments will not be paid more frequently than monthly in arrears. There shall be no advance payments. Invoice Submission Invoices shall be submitted to the address identified below and contain all necessary information per FAR 52.212-4 (g) in accordance with the following instructions. I. To constitute a proper invoice, the invoice must be submitted on company letterhead and include each of the following: (i) Name and address of the contractor; (ii) Invoice date and invoice number; (iii) Purchase order/award number; (iv) description, quantity, unit of measure, unit price, and extended price supplies delivered or services performed, including: (a) period of performance for which costs are claimed; (b) itemized travel costs, including origin and destination; and (c) any other supporting information necessary to clarify questionable expenditures; (v) Shipping number and date of shipment, including the bill of lading number and weight of shipment if shipped on government bill of lading, if applicable; (vi) Terms of any discount for prompt payment offered, if applicable; (vii) Name and address of official to whom payment is to be sent (must be the same as that in the purchase order/award, or in a proper notice of assignment) (viii) Name, title, and phone number of person to notify in event of defective invoice; (ix) Taxpayer identification number (TIN); (x) electronic funds transfer (EFT) banking information, including routing transit number of the financial institution receiving payment and the number of the account into which funds are to be deposited; (xi) name and telephone number of the FDA contracting officer representative (COR) or other program center/office point of contact, as referenced on the purchase order; (xii) Company's DUNS number; and (xiii) Any other information or documentation required by the purchase order/award. An electronic invoice can be emailed to the following address: FM-VA-2(101) Financial Services Center PO Box 149971 Austin TX 78714-9971 III. One copy to the Contracting Officer Representative (COR) or other program center/office designee, clearly marked "courtesy copy only": Note: POC information will provided at time of award by Government. IV. Questions regarding invoice payments should be directed to the FM-VA-2(101) payment office at (877-353-9791 FAR Clause 52.217-9 Option to Extend the Term of the Contract (a) "... within 10 days of contract expiration;.... at least 30 days before the contract expires..." (c) "...shall not exceed five years." FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. HHSAR 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations OCT 2009 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 The FAR Clause at 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 52.212-5 apply: (b): 52.204-10, 52.219-4, 52.219-6, 2.219-8, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-3 Alt 1, 52.225-13, and 52.232-33. (c): 52.222-51. Offers are due on or before the date and time specified in the solicitation posting on FBO and may be delivered in person, by postal mail or email to: Danise Burt, 124 E Highway 67, Suite 100, Duncanville TX 75137. Danised.burt@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANTHCS/VANTHCS/VA25715Q0132/listing.html)
 
Document(s)
Attachment
 
File Name: VA257-15-Q-0132 VA257-15-Q-0132.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1704734&FileName=VA257-15-Q-0132-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1704734&FileName=VA257-15-Q-0132-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: SOUTH TEXAS HEALTHCARE SYSTEM;7400 MERTON MINTER BLVD;BIO LAB;SAN ANTONIO
Zip Code: 78229
 
Record
SN03560788-W 20141031/141030000707-f92b52cce5d81e620109a8d55de1dfa2 (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.