SOLICITATION NOTICE
J -- Maintenance Service on the Bio-Rad S3 cell sorter
- Notice Date
- 3/18/2016
- 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 Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892, United States
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-CSS-2016-257
- Archive Date
- 4/7/2016
- Point of Contact
- Hunter A. Tjugum, Phone: 301 435 8780
- E-Mail Address
-
hunter.tjugum@nih.gov
(hunter.tjugum@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation (CSS) 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 separate written solicitation will not be issued. The solicitation number is HHS-NIH-NIDA-(SSSA)-CSS-2016-257 and the solicitation is issued as a combined synopsis solicitation notice of intent to award a contract on a non-competitive basis to Bio Rad Laboratories, 2000 Alfred Novel Drive, Hercules, CA 94547 for maintenance service performed on existing, government owned equipment for the National Institute of Aging (NIA). This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures, FAR Subpart 13.5-Test Program for Certain Commercial Items, and FAR Part 12-Acquisition of Commercial Items is NOT expected to exceed the simplified acquisition threshold. A fixed-price purchase order type of contract is anticipated for this requirement. This non-competitive acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures, Subpart 13.106-1 (b) (1), Soliciting from a single source. Contracts awarded using FAR Part 13-Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6-Competition Requirements. The non-competitive determination is based upon market research that Bio Rad Laboratories is the only known source that can fully achieve the subject government requirement through result analysis of Sources Sought notice No. HHS-NIH-NIDA-SSSA-SS-2016-110 published in FedBizOpps from February 11, 2016 through February 22, 2016. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-87 dated 03/07/2016. North American Industry Classification System (NAICS) code for this procurement is 811219 - Other Electronic and Precision Equipment Repair and Maintenance with associated business size standard $20,500,000. Description: Preventive Maintenance Service on the Bio-Rad S3 cell sorter. Background, purpose, and objectives: The National Institutes of Health (NIH) is the nation's leading medical research agency and the primary Federal agency whose mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to make medical discoveries that improve people's health and save lives. The Flow Cytometry Shared Resource Laboratory (Flow Cytometry Unit), National Institute of Aging (NIA), serves as a flow cytometry core for the institutes' Intramural Research Program. The Bio-Rad S3 cell sorter is an integral part of the core that is in need of annual preventive maintenance service. The goal of this procurement is to procure service maintenance on existing government-owned laboratory equipment manufactured by and previously purchased from Bio-Rad Laboratories. The new service agreement shall be carried out by authorized Original Equipment Manufacturer (OEM) certified factory-trained technicians. Scope of work: Independently and not as an agent of the Government, the contractor shall furnish all the necessary services, qualified personnel, materials, equipment, and facilities, not otherwise provided by the Government as needed to perform the work specified herein. Specifically, the required service includes coverage on a Bio-Rad S3 Cell Sorter Dual Laser System owned and operated by the National Institute on Aging (NIA), Intramural Research Program (IRP), Flow Cytometry Shared Resource Laboratory. Subject equipment is located in a federally leased building at the Biomedical Research Center (BRC) on the Johns Hopkins Bayview Medical Campus at 251 Bayview Blvd, Baltimore, MD 21225. The new service agreement shall be carried out by authorized Original Equipment Manufacturer (OEM) certified factory-trained technicians. 1. General Requirements: The manufacturer shall provide preventive maintenance for the Bio-Rad S3 sorter. Subject equipment is S/N 77BR2003 and requires one (1) preventive maintenance visit per year; NIH sticker # 01964203. Requirements include: a. instrument software revisions b. preventative maintenance inspections, incl. one (1) planned PM / year. c. technical telephone consulting available during normal business hours d. unlimited on-site service visits when requested Contractor shall schedule and perform onsite preventive maintenance on the S3 cell sorter from 8:00 am - 5:00 pm Monday through Friday, excluding Federal holidays. 2. Specific Requirements: Due to the critical nature of these units the contractor must ensure the following: 1. The contractor must have either an adequate supply of parts in stock and readily available to the service technicians or be able to obtain any required part within 24 hours of the service technician assessment. 2. The service technicians need to be factory certified. 3. All service is to be warranted for 6 months and any replacement part must have at least a 12 month warranty. Contractor shall have access to proprietary parts and test instrumentation for effective repair in case of malfunction. Technical performance requirements include system coverage on the subject equipment by Original Equipment Manufacturer (OEM) factory-trained, authorized technicians and providers of any required parts and software or proprietary diagnostic software and software enhancements must be OEM certified (new or like-new) and compatible with the subject equipment. Contractor shall be required to provide written progress reports in achieving this statement of work during the period of performance. The original documentation shall be provided by the vendor to show they completed service on the instrument and should document technical progress with the POC. Service shall include labor and parts coverage, extended coverage hours, on-site labor response, technical telephone response (call-back to schedule), and planned maintenance, extended planned maintenance coverage hours, diagnostics software license and service documentation, customer engineer training, and preferred labor rate. Government Responsibilities: The government owns the scientific instrumentation. The field service technician will be required to notify the POC from the NIA/IRP flow cytometry facility for physical access to the BRC. The unit is housed in the BRC building (NIA Baltimore campus), Suite 3C001. Period of Performance: The anticipated period of performance is April 1, 2016 through March 31, 2017 with the option to exercise four (4) additional subsequent one year periods of performance. Deliverables: Documentation shall be provided by the vendor to show they completed the preventive service on the equipment and left with the COR or POC. The service technician is to present a service ticket that briefly details the work performed during the service visit to the POC for signature and a copy of the ticket is to be left with the POC. A detailed written report of any service and\or preventative maintenance is to be submitted to the Contracting Officer's Representative, or a delegated entity, within 24 hours of service being performed. SECTION 508 - ELECTRONIC AND INFORMATION TECHNOLOGY STANDARDS The contractor is responsible for any software patches to fix problems impacting instrument reliability and usage. The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. The provision at FAR clause 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. Evaluation factors that will be used to evaluate the offer most advantageous to the Government, price and other factors considered, include: (1) ability to meet the technical requirements stated in this presolicitation, (2) Past Performance: The offeror must submit with their proposal a list of the last three (3) contracts completed during the past two (2) years and / or contracts awarded currently in process that are similar in nature to the work scope. Contracts listed may include those entered into by the Federal Government, agencies of state and local governments and commercial concerns. Newly formed entities without prior contracts should list contracts and subcontracts as required above for all key personnel. For each contract, subcontract, or reference include: (i) Name of Contracting Organization; (ii) Contract Number (for subcontracts, provide the prime contract number and the subcontract number); (iii) Contract Type; (iv) Total Contract Value; (v) Description of Requirement; (vi) Contracting Officer's Name and Telephone Number; (vii) Program Manager's Name and Telephone Number; and (viii) North American Industry Classification System(NAICS) Code. The Government is not required to contact all references provided by the offeror. (3) Price. The Government will evaluate offers for award purposes by making a price reasonableness determination. Offerors must submit historical pricing information essentially equal to a commercial item price list containing the price offered for the subject items. Responses to this solicitation must include clear and convincing evidence of the Offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria. Offerors may respond with a quotation indicating their ability to provide the technical specifications stated in this solicitation. Responses will be evaluated based on contractor's ability to meet the government's essential requirements stated in this notice and on ability to deliver required supplies. The provision at FAR Clause 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition. The provision at FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The provision of FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The price quote shall include: unit price (including personnel hours if applicable), list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria and a price proposal. The price proposal shall be formatted as in table format and include a total estimated cost for each base and four option years and total cost if all option years are exercised. One preventive maintenance Service Plan at fixed pricing is anticipated on an annual basis. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer, or provide a copy of the valid certifications registrations and Representation and Certifications from the System of Award Management (SAM) applications at www.SAM.gov, which may be indicated on the Offeror's cover sheet. In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All Offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. All responses must be received by March 23, 2016 at 4:00 pm, Eastern and must reference solicitation number HHS-NIH-NIDA-SSSA-CSS-2016-257. Responses must be submitted electronically to Hunter.Tjugum@nih.gov. Fax responses will not be accepted. For information regarding this solicitation, contact Hunter Tjugum by email at hunter.tjugum@nih.gov or by phone at (301) 435-8780.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-2016-257/listing.html)
- Record
- SN04054977-W 20160320/160318234648-80e3c1cd464388864e12a51a7586de7e (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 |