Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 30, 2016 FBO #5272
DOCUMENT

J -- ION ONETOUCH SVC AGMNT - Attachment

Notice Date
4/28/2016
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Chief, NCO 16 (90C/NLR);Central Arkansas Veterans HCS;2200 Fort Roots Drive, Bldg 41, Room 200;North Little Rock AR 72114 1706
 
Solicitation Number
VA25616Q0631
 
Response Due
5/4/2016
 
Archive Date
7/3/2016
 
Point of Contact
Jacqueline Simpson
 
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; quotations are being requested and a written solicitation will not be issued. The commercial items procedures of FAR Part 12 in conjunction with simplified acquisition procedures of FAR Part 13 will be used. Solicitation# RFQ VA256-16-Q-0631 This solicitation is issued as request for quotation (RFQ). Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87, effective April 06, 2016. NAICS code is 811219, size standard is $20.5 MILLION. All questions pertaining to this solicitation must be submitted by 1:00pm EST April 26, 2016. Send all questions electronically to Jacqueline.Simpson3@va.gov. Only electronic offers will be accepted. Offers must be submitted to Jacqueline.Simpson3@va.gov. NO LATER THAN April 29, 2016 by 1:00 PM EST. POC: Jacqueline Simpson, Contract Specialist / Email: Jacqueline.Simpson3@va.gov INSTRUCTIONS TO OFFERORS An offer shall be considered complete if it includes the technical capability for other than brand name, price quote and required documentation in accordance with instructions provided herein. Offers that fail to furnish the required documentation may be excluded from consideration. As a minimum, offers must include- 1.Offerors must return provision 52.212-3 with their proposal. Offerors may either (1) complete all relevant portions of the provision or (2) complete paragraph (b) of the provision and indicate that it has completed official representations and certifications online at https://www.sam.gov. 2.Contact information, Name, Phone Number, Fax Number and email address 3.Mailing address and Remit to address, if different than mailing address 4.Acknowledgment of Solicitation Amendments 5.Offeror's DUNS number 6.Equipment Place of Manufacture (include US city, state and ZIP+4; or foreign country) Statement of Work (SOW) A.GENERAL INFORMATION 1.Title of Project: Service Agreement for ABI/Life Technologies Personal Genome Machine (PGM) and One Touch v2 2.Background: The purpose of this Contract is to obtain an AB Assurance Maintenance Service for a Life Technologies PGM and OneTouch v2 which includes one (1) Preventative Maintenance (PM). The Life Technologies equipment is used to produce high-quality next-generation sequencing data for clinical studies in oncology, molecular epidemiology, and precision medicine for the Cooperative Studies Program (Office of Research & Development, Washington, DC). a.CAVHS requires courteous, highly reliable and trained personnel to provide Preventative Maintenance. b.Establish a partner-focused working relationship with CAVHS Research & Development Service. c.Throughout the life of this effort, demonstrate improved performance, reliability, and timely service. 3.Maintain the highest level of service consistent with the CAVHS mission. Be able to provide convincing proof that CAVHS is receiving superior service at a fair and reasonable price. 4. Scope of Work: The contractor shall provide all resources necessary to accomplish the deliverables described in the statement of work (SOW), except as may otherwise be specified. The AB Assurance Plan for the sequencer and OneTouch v2 includes: oParts, labor and travel for remedial repair. oNo charge for planned maintenance visits. The number of planned maintenance visits is one. oThe annual planned maintenance (PM) visit is automatically opened and will be performed within the contract period. oGuaranteed priority response time of 3 business days after receipt of a service call for instruments located in LT's Service Zones 3 (for Service Zones 1-2, 2 business days after service call). oPriority telephone and email access to instrument technical support. oTelephone and email access to application technical support. 5.Period of Performance: The period of performance: Base Period: July 1, 2016 to June 30, 2017 Option Period 1: July 1, 2017 to June 30 2018 Option Period 2: July 1, 2018 to June 30, 2019 Option Period 3: July 1, 2019 to June 30, 2020 Option Period 4: July 1, 2020 to June 30, 2021 "Work at the government site shall not take place on Federal holidays or weekends unless directed by the Contracting Officer (CO). "Place of Performance: CAVHS, Little Rock, Research Service GC135, Sequencing Core Laboratory (Pharmacogenomics Analysis Laboratory). B.GENERAL REQUIREMENTS 1.The contractor will have experienced and well-trained biomedical engineering personnel to perform preventative maintenance and repairs on next-generation sequencer and template prep station. C.SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES Description of Tasks and Associated Deliverables: The contractor shall provide the specific deliverables described below within the performance period stated in Section A.4 of this SOW. Task One: Priority telephone and email access to instrument technical support for both PGM Sequencer and One Touch. Deliverable One: Telephone and email access to technical support group immediately after contract enacted. Task Two: Priority response time of 2 business days after receipt of a service call for instruments located in Zones 1 or 2 for PGM Sequencer, or 3 days for customers located in Zone 3. Deliverable One: 3 business-days turn-around-time for service calls. Task Three: 1 Preventative Maintenance per year for PGM Sequencer and OneTouch v2 Deliverable One: 1PM for PGM and OneTouch v2 D. INSPECTION AND ACCEPTANCE CRITERIA Final inspection and acceptance of all work performed, reports and deliverables will occur at the place of delivery designated by the COR. Final approval and acceptance of documentation required herein shall be by letter of approval and acceptance by COR. The Contractor shall not construe any letter of acknowledgment of receipt of material as a waiver of review, or as an acknowledgment that the material is in conformance with this SOW. TASKSDELIVERABLESTANDARDAQLMETHOD(S) OF SURVEILLANCE Task 1Deliverable 1 - Telephone and email access to technical support group immediately after contract enacted. Confirmation from Laboratory Manager (email or phone) Task 2Deliverable 1 - 3 business-days turn-around-time for service calls.PDF report from Service Engineer Task 3Deliverable 1 - 1PM for PGM and OneTouch v2PDF report from Service Engineer E. CHANGES TO STATEMENT OF WORK Any changes to this SOW shall be authorized and approved only through written correspondence from the CO. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the CO shall be borne by the contractor. F. GOVERNMENT RESPONSIBILITIES The government shall assure that the contractor has access to VA Research Service and the next-generation sequencing laboratory as deemed appropriate. A government employee will escort the contractor to work site and monitor maintenance on equipment. G. KEY PERSONNEL The Contractor shall be responsible for managing and overseeing the activities of all Field Applications Specialists and/or Service Engineers used in performance of this effort. The Contractor's management responsibilities shall include all activities necessary to ensure the accomplishment of timely and effective support, performed in accordance with the requirements contained in the statement of work. The Contracting Officer may notify the Contractor and request immediate removal of any personnel assigned to the task order by the Contractor that are deemed to have a conflict of interest with the government or if the performance is deemed to be unsatisfactory. The reason for removal will be documented and replacement personnel shall be identified within three business days of the notification. Employment and staffing difficulties shall not be justification for failure to meet established schedules. H.PERSONNEL QUALIFICATIONS: a.Successful contractor shall have personnel with a proven track record of providing preventative maintenance and repairs to next-generation sequencing equipment, in particular, ion semiconductor sequencing technology. I. SECURITY Information System Security All government data shall be protected behind an approved firewall. Any security violations or attempted violations shall be reported to the VA project manager and the VHA Headquarters Information Security Officer as soon as possible. The contractor shall follow all applicable VA policies and procedures governing information security, especially those that pertain to certification accreditation. The C&A requirements do not apply and a Security Accreditation Package is not required. N. CONFIDENTIALITY AND NONDISCLOSURE It is agreed that: 1. The preliminary and final deliverables and all associated working papers, application source code, and other materials deemed relevant by the VA which have been generated by the contractor in the performance of this task order are the exclusive property of the U.S. Government and shall be submitted to the CO at the conclusion of the task order. 2. The CO will be the sole authorized official to release verbally or in writing, any data, the draft deliverables, the final deliverables, or any other written or printed materials pertaining to this task order. No information shall be released by the contractor. Any request for information relating to this task order presented to the contractor shall be submitted in writing to the CO for response. O. RIGHTS IN DATA Performance of this effort may require the contractor to access and use data and information proprietary to a Government agency or Government contractor which is of such a nature that its dissemination or use, other than in performance of this effort, would be adverse to the interests of the Government and/or others. Contractor and/or contractor personnel shall not divulge or release data or information developed or obtained in performance of this effort, until made public by the Government, except to authorize Government personnel or upon written approval of the Contracting Officer (CO). The contractor shall not use, disclose, or reproduce proprietary data that bears a restrictive legend, other than as required in the performance of this effort. Nothing herein shall preclude the use of any data independently acquired by the contractor without such limitations or prohibit an agreement at no cost to the Government between the contractor and the data owner which provides for greater rights to the contractor. The Department of Veterans Affairs shall have unlimited rights to and ownership of all deliverables provided under this effort, including reports, recommendations, briefings, work plans and all other deliverables. This includes the deliverables provided under the basic award as well as and any optional task deliverables that are exercised by the Contracting Officer. The definition of "unlimited rights" is contained in Federal Acquisition Regulation (FAR) 27.401, Definitions. P. TASK ORDER TERMINATION VA has the right to terminate (in whole or in part) this task order at any time in accordance with the termination clauses of the governing GSA Schedule Contract. The Contractor will be paid only for the services rendered up to the point of receiving the termination notice, and then only to the extent that those services meet the requirements of this SOW. Q. CONTRACT ADMINISTRATION: Notwithstanding the Contractor's responsibility for total management during the performance of this contract, the administration of the contract will require maximum coordination between the Government and the Contractor. The following individuals will be the Government's points of contact during the performance of this contract: 1. Contracting Officer:TBD Contract Specialist:TBD 2. Contracting Officer's Technical Representative (COR): To be designated at time of contract award. The COR shall be designated on the authority of the Contracting Officer at the time of contract award to monitor all technical aspects of the contract. In no event is the COR empowered to change any of the terms and conditions of the contract. Changes in any section of this contract shall be made only by the Contracting Officer pursuant to a properly executed modification. The types of actions within the purview of the COR's authority are to ensure that the Contractor performs the technical requirements of the contract, and to notify both the Contractor and the Contracting Officer of any deficiencies observed. A memorandum of designation shall be issued to the COR and a copy shall be sent to the Contractor at the time of contract award setting forth in full the responsibilities and limitations of the COR Attachment A Note that the Deliverable Table is directly related to the tasks and deliverables in Section C above. Schedule of Deliverables DELIVERABLE NUMBERITEMQUANTITYDELIVERY DATE 1Task 1: Email and Telephone access to technical support for PGM Sequencer and OneTouch V2UnlimitedWithin 1 calendar day after award 2Task 2: Three business days turn-around-time for service calls on PGM Sequencer and OneTouch v2UnlimitedWithin 1 calendar day after award 3Task 3: 1 Preventative per year for PGM Sequencer and OneTouch v2 1Within 365 calendar Maintenance days after award CONTRACT CLAUSES/SOLICITATION PROVISIONS The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. All offers must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and a statement. The addendum to FAR 52.212-4 also applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition and all additional FAR clauses cited in the clause are applicable to the acquisition. 001AL-11-15-BSubcontracting Commitments - Monitoring and Compliance This solicitation includes VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, and VAAR 852.215-71, Evaluation Factor Commitments. Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in assessing contractor compliance with the subcontracting commitments incorporated into the contract. To that end, the support contractor(s) may require access to the contractor's business records or other proprietary data to review such business records regarding contract compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an "Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement" to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor compliance with the subcontracting commitments. FAR Clause 52.252-2 Clauses Incorporated by Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http:www.acquisition.gov/far/index.html FAR CLAUSES 1.FAR 52.212-4 Contract Terms and Conditions - Commercial Items (MAY 2014) Addendum to FAR 52.212-4 - Show FAR clauses followed by VAAR clauses in numeric order. List all clauses incorporated by reference in numeric order under 52.252-2 (see below), starting first with FAR and followed by VAAR. (End of Clause) 2.52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) VAAR CLAUSES 7.852.203-70 Commercial Advertising (JAN 2008) The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor. (End of Clause) 8.852.215-70Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (2009) (a) In an effort to achieve socioeconomic small business goals, depending on the evaluation factors included in the solicitation, VA shall evaluate offerors based on their service-disabled veteran-owned or veteran-owned small business status and their proposed use of eligible service disabled veteran-owned small businesses and veteran-owned small businesses as subcontractors. (b) Eligible service-disabled veteran-owned offerors will receive full credit, and offerors qualifying as veteran-owned small businesses will receive partial credit for the Service-Disabled Veteran-Owned and Veteran-owned Small Business Status evaluation factor. To receive credit, an offeror must be registered and verified in Vendor Information Pages (VIP) database. (http://www.VetBiz.gov). (c) Non-veteran offerors proposing to use service-disabled veteran-owned small businesses or veteran-owned small businesses as subcontractors will receive some consideration under this evaluation factor. Offerors must state in their proposals the names of the SDVOSBs and VOSBs with whom they intend to subcontract and provide a brief description of the proposed subcontracts and the approximate dollar values of the proposed subcontracts. In addition, the proposed subcontractors must be registered and verified in the VetBiz.gov VIP database (http://www.vetbiz.gov). (End of Clause) 9.852.215-71 Evaluation Factor Commitments (DEC 2009) The offeror agrees, if awarded a contract, to use the service-disabled veteran-owned small businesses or veteran-owned small businesses proposed as subcontractors in accordance with 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, or to substitute one or more service-disabled veteran-owned small businesses or veteran-owned small businesses for subcontract work of the same or similar value. (End of Clause) 10.852.232-72 Electronic Submission Of Payment Requests (NOV 2012) (a) Definitions. As used in this clause- (1) Contract financing payment has the meaning given in FAR 32.001. (2) Designated agency office has the meaning given in 5 CFR 1315.2(m). (3) Electronic form means an automated system transmitting information electronically according to the Accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests. (4) Invoice payment has the meaning given in FAR 32.001. (5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. (b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. (c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following: (1) VA's Electronic Invoice Presentment and Payment System. (See Web site at http://www.fsc.va.gov/einvoice.asp.) (2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org) includes additional information on EDI 810 and 811 formats. (d) Invoice requirements. Invoices shall comply with FAR 32.905. (e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail, the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for: (1) Awards made to foreign vendors for work performed outside the United States; (2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; (3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; (4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or (5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above. (End of Clause) 11.852.237-70 Contractor Responsibilities (APR 1984)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VACAHCS598/VACAHCS598/VA25616Q0631/listing.html)
 
Document(s)
Attachment
 
File Name: VA256-16-Q-0631 VA256-16-Q-0631.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2702249&FileName=VA256-16-Q-0631-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2702249&FileName=VA256-16-Q-0631-000.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: Central AR Veterans Healthcare System (CAVHS);4300 West 7th Street;Little Rock, AR
Zip Code: 72114
 
Record
SN04098493-W 20160430/160428234657-a8f4f0bf73da7656e529eaf365601d78 (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.