SOLICITATION NOTICE
J -- uCT 50 Maintenance Services
- Notice Date
- 2/9/2015
- 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
- HHS-NIH-NHLBI-CSB-DE-2015-071-KEW
- Archive Date
- 3/7/2015
- Point of Contact
- Kyle Wisor, Phone: 3014023670, Rashida Ferebee,
- E-Mail Address
-
Kyle.Wisor@nih.gov,
(Kyle.Wisor@nih.gov, ontract)
- Small Business Set-Aside
- N/A
- Description
- (1) Action Code: Combined Synopsis/Solicitation (2) Date: February 9th (3) Year: 2014 (4) Contracting Office Zip Code: 20892 (5) Classification Code: J066 (6) Contracting Office Address: 6701 Rockledge Drive Rockledge II Bethesda, MD 20892 (7) Subject/Title: uCT 50 Maintenance Services (8) Proposed Solicitation Number: HHS-NIH-NHLBI-CSB-DE-2015-071-KEW (9) Closing Response Date: February 20th, 2015 (10) Contact Point: Kyle Wisor, Contract Specialist (11) Contract Award and Solicitation Number: TBD (12) Contract Award Dollar Amount: UKN (13) Contract Line Item Number(s): Line Item One (1): uCT 50 Maintenance Plan (14) Contractor Award Date: TBD (15) Contractor Name: TBD (16) Description: Full care maintenance plan for Scanco USA made uCT50 (i) "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." (ii) The solicitation number is HHS-NIH-NHLBI-CSB-DE-2015-071-KEW and the solicitation is issued as a request for quote (RFQ). (iii) The solicitation document, the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-79 effective 15 DEC 2014 (iv) There are no set-aside restrictions. The associated NAICS code is 811219, Other Electronic and Precision Equipment Repair and Maintenance, and the small business size standard is $20.5M. The acquisition is being conducted in accordance with the procedures of FAR Part 12 and FAR Part 13. (v) A list of contract line items numbers(s), name of items, quantities if applicable are described below. (vi) The Contractor Shall: I. Contractor shall provide all labor, material, and equipment to provide preventive maintenance for the Government-owned Scanco uCT50 Scanner ID#6513. All maintenance services shall be performed in accordance with the manufacturer's standard commercial maintenance practices and in a timely manner. II. Contractor shall perform not less than one (1) preventative maintenance inspection(s) during the contract period. Service shall be performed by factory trained Field Service representatives. Service shall consist of a thorough cleaning, calibration, adjusting, inspection, lubrication and testing of all equipment in accordance with the manufacturer's latest established service procedures. All equipment shall be operationally tested through at least one (1) complete operating cycle at the end of the preventive maintenance inspection to assure optimum and efficient performance. III. Emergency repair services shall be provided on an unlimited basis during the term of this contract at no additional cost to the government. Emergency service shall be provided between 8 am and 5 pm Monday through Friday excluding and Federal holidays. Upon receipt of notice that any part of the equipment is not functioning properly, the Contractor shall furnish a qualified factory-trained service representative to inspect the equipment and perform all repairs and adjustments necessary to restore the equipment to normal and efficient operating condition. Emergency service calls shall not replace the necessity for PMI. IV. The contractor shall furnish all required replacement parts at no additional cost to the Government, with the exception of consumable items such as batteries and light bulbs. Parts shall be new or remanufactured to original equipment specifications. V. The contractor shall provide Software Service in accordance with the manufacturer's latest established service procedures, to include telephone access to technical support for use of program software and trouble shooting of the operating systems, at no additional cost to the Government. The contractor shall receive advance approval for the installation of all software updates/upgrades and revisions from the Government. Defective software shall be replaced at no additional cost to the Government. VI. Personnel shall be factory trained and have experience in the servicing aforementioned instrument. All primary service personnel shall have at least one backup Field Service representative with at least the same level of expertise on the equipment covered by this contract. (vii) Period of Performance: a. Base Year: 3/1/15 - 2/29/16 b. Option Year 1: 3/1/16 - 2/28/17 c. Option Year 2: 3/1/17 - 2/28/18 d. Option Year 3: 3/1/18 - 2/28/19 Place of Performance: National Institutes of Health, NIDCR 9000 Rockville Pike Building 30, Room 228 Bethesda, MD 20892 (viii) The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (ix) The provision at FAR clause 52.212-2, Evaluation - Commercial Items, is applicable. 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: Contract award shall be made to the responsible Offeror whose offer, in conforming to this RFQ, provides the overall best value to the Government, technical evaluation factors, and cost considered. The Government's objective is to obtain the highest technical quality considered necessary to achieve the project objectives, with a realistic and reasonable cost. Technical evaluation factors are more important than cost. In the event proposals are evaluated as technically equal in quality, price or cost will become a major consideration in selecting the successful Offeror. 1: Technical Evaluation Factors: 1a: Best demonstrated ability to meet the requirements as stated under section 16(VI). 1b: Best demonstrated ability to meet the requirements as stated under section 16(XIII) (x) FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, is applicable. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates 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. (xi) FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. Including the following clauses: i. 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (AUG 2011) ii. 52.225-13, Restrictions on Certain Foreign Purchases iii. 52.244-6, Subcontracts for Commercial Items iv. 52.2232-39, Unenforceability of Unauthorized Obligations v. 52.217-9, Option to extend the term of the Contract (xiii) Additional Contract Requirements: I. Unlimited visits for repairing system. II. Servicing through OEM trained personnel III. Maintenance visit will be pre-arranged and coordinated with CUSTOMER in advance IV. Response time to initiate problem solving: 48 hours (5 days per week, from 8 AM to 5PM EST) V. Repair time "as soon as possible" VI. Service provided via network, return to contractor or onsite depending on problem. VII. Defective hardware will be repaired or exchanged by the contractor. The contractor shall not be responsible for any repairs necessitated by abuse, neglect, vandalism, Acts of God, fire or water. These repairs shall be the subject of a separate purchase order and shall not be performed under this contract. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable. (xv) All responses must be received by February 20th, 2015 at 9:00 AM and must reference number HHS-NIH-NHLBI-CSB-DE-2015-071-KEW. Responses may be submitted electronically to Kyle.Wisor@nih.gov or by U.S. mail to the National Heart, Lung, and Blood Institute, Office of Acquisitions, COAC Services Branch, 6701 Rockledge Drive, Suite 6150B, Bethesda, MD 20892-7902, Attention: Kyle Wisor. Phone: 301-402-3670; Fax responses will not be accepted (17) Place of Contract Performance: National Institutes of Health, NIDCR 9000 Rockville Pike Building 30, Room 228 Bethesda, MD 20892 (18) Set-aside Status: None
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/HHS-NIH-NHLBI-CSB-DE-2015-071-KEW/listing.html)
- Place of Performance
- Address: National Institutes of Health, NIDCR, 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03637923-W 20150211/150209235404-158850abe991a9c2c7282aca08f6b1ed (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 |