MODIFICATION
J -- Maintenance & Repair of PANalytical X-ray System
- Notice Date
- 3/6/2015
- Notice Type
- Modification/Amendment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- USGS OAG DENVER ACQUISITION BRANCH PO BOX 25046 204 DENVER FEDERAL CENTER DENVER CO 80225-0046 US
- ZIP Code
- 00000
- Solicitation Number
- G15PS00240
- Response Due
- 3/11/2015
- Archive Date
- 3/26/2015
- Point of Contact
- Donald Downey, Phone: (303) 236-9331
- E-Mail Address
-
ddowney@usgs.gov
(ddowney@usgs.gov)
- Small Business Set-Aside
- N/A
- Description
- This Solicitation Notice is a Combined Synopsis/Solicitation to announce the U.S. Department of the Interior (DOI), U.S. Geological Survey (USGS) has a requirement for the maintenance of PANalytical X-ray System in accordance with the solicitation's Work Statement. The solicitation number is G15PS00240 and is being issued as a Request For Quote (RFQ). The policies contained in FAR Part 13 shall be used for this acquisition. This is a 100% Small Business Set-aside. The associated NAICS code is 811219 Other Electronic and Precision Equipment Repair and Maintenance; which has a Small Business Administration Size Standard of $20.5 million. A copy of this solicitation may be accessed at FedConnect (www.fedconnect.net). All requirements for preparation, submission, and receipt of quotes contained in the solicitation shall be adhered to. Basis for Award, Evaluation Factors for ¿Best Value¿ Offer packages submitted in response to this solicitation will be evaluated in two steps. Step One. The first evaluation step will be to determine technical acceptability, the offered good/services shall meet or exceeding the Brand Name Salient Characteristics in order to be determined technically acceptable. Step Two. Offer packages that are determined to be technically acceptable will be further evaluated for the best value to the government; based on the following non-price evaluation factors, which are listed in descending order of importance. Factor A, Offerors Quality Control: The offeror shall provide a narrative, not to exceed 10 pages, explaining quality control practices and procedures to satisfy all requirements of the Work Statement, Brand Name Specifications and Brand Name Salient Characteristics. Factor B, Past Performance: the offeror shall provide a list of at least three references including company names, addresses, points of contact (email address and phone number). The USGS will also use information provided by other government agencies using equivalent instruments and their evaluations of past performance of service companies. References provided may be contacted by the Government. Their statements will be used in the evaluation of the offeror¿s quotation. In addition, any information obtained by the Government from references outside of the offeror¿s quotation may also be used, in a similar manner, in the technical evaluation of the offeror¿s quotation to the extent appropriate. Past performance information provided by references, from Government records, or from other than the sources identified by the offeror may be used in the evaluation under any or all applicable evaluation factors. In addition to the foregoing, PIPRS.gov will be used as a source of past performance information in the source selection process, in addition to any other past performance information required under this solicitation. All past performance information will be used for both the responsibility determination and the best value decision. Factor C, Technical Approach: Offerors shall provide a narrative description (not to exceed 10 pages) explaining their technical approach. Offerors shall include written agreements with the equipment manufacturer and the offeror¿s subcontractor(s). Offers will be evaluated based on their technical approach, including: ¿ Availability of PANalytical certified technicians at different geographical locations ¿ Procuring/sourcing parts from PANalytical for service and maintenance ¿ Strategic relationships with PANalytical or third party vendors that extend time to repair Options. Base Year and (4) Optional One-Year Periods. 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. Award. The award of this requirement shall be made using only the procedures found in Part 13.1 ¿ ¿Procedures¿ of the Federal Acquisition Regulations (FAR). Award shall be made to the vendor whose offer package, conforming to this buy, is determined to be the most advantages to the government, cost or price and the other non-cost or non-price factors listed above. In determining which offer package offers the greatest value or advantage to the Government, overall non-price merit will be considered more important than price or cost. The degree of importance of price or cost as an evaluation factor will increase with the degree of equality in the non-price merits of the bid packages. Between acceptable offer packages with a significant difference in non-price merit, a determination will be made as to whether the additional non-price merit or benefits reflected by a higher priced bid package warrants payment of the additional price or cost. Questions and Comments. Questions and comments presented in the 5 days before the response due date are considered untimely and may not receive a response. Response Submission Requirements. Offers shall be in two volumes. Volume One shall be the non-price support documentation. Volume Two shall be the price documentation, including the signed SF18 and any amendments. Responses shall only be received electronically; either via the FedConnect processes or by email to Don Downey, ddowney@usgs.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/G15PS00240/listing.html)
- Record
- SN03660310-W 20150308/150306234429-463a57a264e3c469068f6a251f2002f4 (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 |