Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 12, 2017 FBO #5529
MODIFICATION

J -- Maintenance of a Government-owned Becton Dickinson & Company (BD) FACSARIA II Special Order 6-Laser System; and a BD LSRFortessa Special Order 5-Laser Flow Cytometry System - Amendment 1

Notice Date
1/10/2017
 
Notice Type
Modification/Amendment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Rockville, Maryland, 20852, United States
 
ZIP Code
20852
 
Solicitation Number
N02CO72512-8
 
Archive Date
1/28/2017
 
Point of Contact
Megan N. Kisamore, Phone: 2402765261
 
E-Mail Address
megan.kisamore@nih.gov
(megan.kisamore@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
N02CO72512-8_000001_Questions and Answers The National Cancer Institute (NCI), Center for Cancer Research (CCR), Experimental Immunology Branch (EIB), has a requirement for the maintenance of one (1) Government-owned Becton Dickinson & Company (BD) FACSARIA II Special Order 6-Laser System; and one (1) BD LSRFortessa Special Order 5-Laser Flow Cytometry System. This is a combined synopsis/solicitation for commercial items, prepared in accordance with format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation, #N02CO72512-8, is issued as a request for quote (RFQ), and includes all applicable provisions and clauses in effect through FAR Federal Acquisition Circular (FAC) 2005-92-1 / 12-19-2016, simplified acquisition procedures for commercial items. The North American Industry Classification System code is 811219 and the business size standard is $20,500,000. Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price type contract for severable services. The period of performance shall consist of a base period of twelve (12) months, plus one 12-month option period, as follows: BASE PERIOD: February 1, 2017 - January 31, 2018 OPTION PERIOD: February 1, 2018 - January 31, 2019 Description of Contractor Requirements The Experimental Immunology Branch (EIB) Flow Cytometry Facility provides basic research support to members of the EIB as well as to investigators throughout CCR, NCI. Currently, support is provided 5 days per week to approximately 75 users. Each instrument supports multiple experiments each day, and each instrument is fully utilized. There are no available backup instruments. The experiments performed involve costly reagents, expensive animals, and multiple man-hours. When an instrument malfunctions, or does not operate optimally, these costly experiments are lost. It is therefore necessary that all instrumentation operate in an optimal fashion, and that down time due to malfunctions and repair time be minimized. Because the nature of the equipment is highly experimental, the OEM routinely designs and implements software and hardware improvements to the instrumentation. It is essential to the EIB that these revisions be installed efficiently in order to maintain optimal performance. SCOPE The Contractor shall provide all labor, material and equipment necessary to provide maintenance for the following two (2) Government-owned flow cytometry systems, in accordance with the Original Equipment Manufacturer (OEM)'s latest established service procedures: 1. Becton Dickinson FACSARIA II Special Order 6-Laser System, SN P69500128 (including WINDOWS computer that is an integral component and controls instrument operation and data acquisition, and including integrated lasers below): • BD Laser Component of SN P69500128, Sapphire 488-50 Blue Laser SN 5363 • BD Laser Component of SN P69500128, 640-40 Red Laser SN 5364 • BD Laser Component of SN P69500128, 594-200 Yellow Laser SN 5369 • BD Laser Component of SN P69500128, 405-100 Violet Laser SN 5368 • BD Laser Component of SN P69500128, UV 100mW Laser, SN 5370 • BD Laser Component of SN P69500128, 561-100 Lt Grn Laser, SN 5371 2. Becton Dickinson LSRFortessa Special Order 5-Laser Flow Cytometry System, SN H64779500002 (including WINDOWS computer that is an integral component and controls instrument operation and data acquisition, and including integrated lasers below): • BD Laser Component of SN H64779500002, Violet 405-100 SN6678 • BD Laser Component of SN H64779500002, Yellow laser 592nm-200mW, SN 6677 • BD SAPPHIRE Laser component of SN H64779500002, 488-100 Blue Laser, SN 6675 • BD Laser Component of SN H64779500002, COHR Cube 640-100 Red Laser, SN 6676 • BD Laser Component of SN H64779500002, Compass 561-100 Lt. Green, SN 6679 PREVENTATIVE MAINTENANCE The Contractor shall perform two (2) preventive maintenance inspections, per system, in a 12-month period. Service shall be performed by a certified OEM factory- trained Field Service Engineer with access to OEM parts. 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. Any defective components noted during the preventive maintenance inspection shall be replaced as necessary to assure optimum and efficient performance. Preventative maintenance shall be provided without requiring additional purchase orders from the Government. All primary service personnel shall have at least one backup Field Service Engineer with at least the same level of expertise on the equipment covered by this purchase order. EMERGENCY SERVICE Emergency service shall be provided between 8:00 AM and 5:00 PM EST Monday through Friday during normal business hours, excluding Federal Holidays found at: excluding Federal Holidays found at: https://www.opm.gov/policy-data-oversight/snow-dismissal-procedures/federal-holidays/ The Contractor shall deliver unlimited, OEM-approved emergency repair services for all equipment specified under SCOPE during the performance period of this maintenance services contract. All repairs shall be completed to OEM standards at no additional cost to the Government. Upon receipt of notice that any part of the equipment is not functioning properly the Contractor shall, within forty-eight (48) hours of the Government's service request, furnish onsite a qualified factory-trained Field Service Engineer 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 scheduled Preventive Maintenance Inspections. The Contractor shall guarantee primary dispatch status of Field Service Engineers equivalent to those offered by the OEM to OEM contract customers. Due to the complexity of the instrumentation, repairs may necessitate multiple engineers, multiple visits, and/or shipment and installation of multiple OEM parts and components to identify the exact nature of a problem. Such troubleshooting services shall be provided by OEM trained personnel without requirement for additional purchase orders from the Government. In the case of an emergency in which the instrument is completely non-functional, the Contractor shall provide same day access to on site OEM Field Service Engineers for diagnosis and possible same day repair. All primary service personnel shall have at least one backup Field Service Engineer with at least the same level of expertise on the equipment covered by this purchase order. TELEPHONE SUPPORT The Contractor shall maintain, and deliver unlimited access to, a technical helpdesk providing telephone support for the purpose of troubleshooting technical problems and dispatching Field Service Engineers and/or parts as necessary. Telephone support shall include expert technical advice from OEM factory-trained engineers. Telephone support shall be provided directly without any requirement for additional purchase orders from the Government. The telephone support services shall be available from 8:00 AM to 5:00 PM EST, Monday through Friday, excluding Federal Holidays found at: https://www.opm.gov/policy-data-oversight/snow-dismissal-procedures/federal-holidays/. REPLACEMENT PARTS The Contractor shall furnish all required replacement parts and OEM upgraded components at no additional cost to the Government, with the exception of consumable parts to include batteries and glassware. Parts shall be new or remanufactured to OEM specifications. When necessary for emergency repairs, the Contractor shall ship in stock parts and components via overnight delivery. If telephone consultation with factory trained Field Service Engineers identifies a spare part necessary for emergency repair, the Contractor shall provide immediate shipment for overnight delivery for next day installation by qualified OEM trained Field Service Engineers. All spare parts installed shall be OEM factory configured to be compatible with existing OEM software and with existing hardware. The Contractor shall maintain an OEM spare parts inventory. All primary service personnel shall have at least one backup Field Service Engineer with at least the same level of expertise on the equipment covered by this purchase order. SOFTWARE UPDATES/SERVICE The Contractor shall provide Software Service in accordance with the OEM's latest established service procedures, to include telephone access to technical support for use of program software and troubleshooting of the operating systems at no additional cost to the Government. The Contractor shall perform timely installation of all OEM software revisions and OEM component revisions, as well as re-installation of existing software and operating systems as required to repair instrumentation according to OEM standards. The Contractor shall receive advance approval for installation of all software updates and revisions from the Government. Defective software shall be replaced at no additional cost to the Government. Additionally, the re-installation of software and/or operating systems shall be completed at no additional cost to the Government. SERVICE EXCLUSIONS 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 purchase order. PAYMENT Payment shall be made quarterly. Payment authorization requires submission and approval of invoice to the NCI COR and NIH, Office of Financial Management (OFM), Commercial Accounts. Clauses and Provisions The following FAR provisions and clauses apply to this acquisition: FAR 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions 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. The quoter is cautioned that the listed provisions may include blocks that must be completed by the quoter and submitted with its quotation. In lieu of submitting the full text of those provisions, the quoter may identify the provision by paragraph identifier and provide the appropriate information with its quotation. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):http://www.acquisition.gov/far/ and/or http://www.hhs.gov/policies/hhsar/. Full text copies of the representations and certifications for other cited provisions and clauses may be obtained on line at the NCI website at http://ncioa.cancer.gov/oa-internet/reference.jsp or from Contract Specialist, Megan Kisamore, at megan.kisamore@nih.gov. FAR 52.212-1 INSTRUCTION TO QUOTERS COMMERCIAL ITEMS (OCT 2016) FAR 52.212-2 EVALUATION COMMERCIAL ITEMS (OCT 2014) FAR 52.212-3 QUOTERS REPRESENTATIONS AND CERTIFICATIONS -COMMERCIAL ITEMS (APR 2016) FAR 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (MAY 2015) HHSAR 352.222-70 CONTRACTOR COOPERATION IN EQUAL EMPLOYMENT OPPORTUNITY INVESTIGATIONS (DEC 2015) HHSAR 352.224-71 CONFIDENTIAL INFORMATION (DEC 2015) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS---COMMERCIAL ITEMS (MAR 2016). The following additional far clauses cited in this clause are applicable: (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.204-7 System for Award Management (OCT 2016) 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards (OCT 2015) (Pub.L. 109-282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) (31 U.S.C. 6101 note). 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the quoter elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). 52.219-28 Post Award Small Business Program Representation (JUL 2013) (15 U.S.C. 632(a) (2)). 52.222-3 Convict Labor (JUN 2003) (E.O. 11755). 52.222-19 Child Labor Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126). 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) (E.O. 11246). 52.222-35 Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212). 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). 52.222-37 Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (AUG 2011)(E.O. 13513). 52.225-13 Restrictions on Certain Foreign Purchase (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33 Payment by Electronic Funds Transfer - System for Award Management (JUL 2013) (31 U.S.C. 3332). Submission Information Quotes must be submitted with a completed 52.212-3 Quoter Representations and Certifications-Commercial Items-with DUNS Number Addendum, signed by an authorized representative of the Quoter OR provide a copy of valid certification in the System for Award Management (SAM) at www.sam.gov. The quote must be prepared in three SEPARATE volumes : Volume I - "Technical Volume", Volume II - "Past Performance Volume" and Volume III - "Price/Business Volume". Each of these parts shall be separate and complete in itself so that the evaluation of one may be accomplished independently of the evaluation of the other. The Request for Quotation (RFQ) number should be included on the front cover of each volume. Your quote must stipulate that it is predicated upon all the terms and conditions of this RFQ and signed by an official authorized to bind your organization. In addition, it must contain a statement to the effect that it is firm for a period of at least 60 days from the date of receipt thereof by the Government. This RFQ does not commit the Government to pay any of the costs associated with the preparation and submission of your quote. In addition, the Contracting Officer is the only individual authorized to legally commit the Government to the expenditure of public funds in connection with this requirement. By submitting a quote in response to this solicitation, it is understood that your quote shall become a part of the official contract file. QUESTIONS must be submitted electronically (via email) to Contract Specialist, Megan Kisamore, at megan.kisamore@nih.gov in MS Word or Adobe Portable Document Format (PDF), no later than 11:00 AM EST on Monday, January 9, 2017. QUOTATIONS must be submitted electronically (via email) to Contract Specialist, Megan Kisamore, at megan.kisamore@nih.gov in MS Word or Adobe Portable Document Format (PDF), no later than 4:00 PM EST, on Friday, January 13, 2017. All responses must be received by the specified due date and time in order to be considered. QUOTES RECEIVED AFTER THIS DATE AND TIME WILL NOT BE CONSIDERED. No collect calls will be accepted. Please refer to RFQ # N02CO72512-8 on all correspondence. BASIS FOR AWARD The Government intends to make an award to the Quoter whose quotation provides the best overall value to the Government. Selection of a Quoter for award will be based on an evaluation of quotations against four factors. The factors, in order of importance are: technical, personnel requirements and organizational experience, past performance and price. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. However, cost/price may become a critical factor in source selection in the event that two or more quoters are determined to be essentially equal following the evaluation of all factors other than cost/price. The process described in FAR 15.101-1 may be employed, which permits the Government to make tradeoffs among cost or price and non-cost factors to consider award to other than the lowest price quote or other than the highest technically rated factor. The evaluation will be based on the demonstrated capabilities of the prospective Contractors in relation to the needs set forth in the combined synopsis/solicitation. The merits of each quote will be evaluated carefully. Each quote must document the feasibility of successful implementation of the requirements of the combined synopsis/solicitation. The Government is not responsible for locating or securing any information which is not identified in the quote. The Government reserves the right to make an award without discussions. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may not be requesting revisions to Quotations, so Quoters should provide their best solution and price in response to the solicitation. NOTE: Quoters must submit information sufficient to evaluate their quotation based on the detailed factors listed below. THE EVALUATION PROCESS AND FACTORS The Government will award a contract resulting from this RFQ to the responsible quoter whose quotation, conforming to the RFQ, will be most advantageous to the Government, price and other factors considered. The following evaluation factors shall be used to evaluate the prospective Contractors and are listed in order of importance: 1. Technical Approach (60 points) 2. Personnel Requirements and Organizational Experience (40 points) 3. Past Performance (Acceptable/Unacceptable) 4. Price (Price will be evaluated separately but not scored) Price Quote: The quoter shall prepare a price quotation that contains all information necessary to allow for a comprehensive evaluation of the price quoted. Specifically, each quote must include the following: - Federal Tax Identification Number (TIN); - Data Universal Numbering System (DUNS) Number; - Business Size (e.g., small or large) TECHNICAL EVALUATION CRITERIA 1. Technical Approach: (60 points): The Quoter will be evaluated by the quality and reasonableness of the proposed technical plan as evidence of understanding of the scope, purpose, and complexity of the requirements as described in the Statement of Work (SOW) in enough detail that someone with a rudimentary knowledge of the subject would be able to understand the quoter's ability to perform the work. The proposed technical plan shall demonstrate the following: • Shall show evidence of previous work performed for at least three (3) past clients with Becton Dickinson instrumentation, that meets the standards required in the SOW. • Shall demonstrate the ability to provide service by a certified factory-trained Field Service Engineer within 48 hours of the Government's service request. • Shall demonstrate the ability to provide unlimited telephone support, for troubleshooting and onsite training by certified factory-trained technical support engineer and application specialists as stated in the SOW. • Shall demonstrate the ability to re-install software and/or provide updates as needed, at no additional cost to the Government. • Shall demonstrate the ability to perform all repairs and adjustments necessary, using OEM parts to restore the equipment to normal and efficient operating condition. 2. Personnel Requirements and Organizational Experience: (40 Points): The Quoter will be evaluated by the appropriateness and adequacy of the proposed project personnel and organization experience as it relates to the completion of the requirements in the SOW, including the responsibilities and level of effort for all personnel who will be assigned to the contract. Staff as well as their detailed qualifications must be described. The key personnel assigned to this contract shall include: Certified factory-trained service engineers, certified technical support engineers, and application specialists. The Contractor shall provide a copy of the certificate of key personnel that will be performing the work stated in the SOW. Contractor shall also include the following in their quote: • Demonstrate knowledge and expertise on servicing and troubleshooting Becton Dickinson instrumentation that meets the standards required in the SOW. • Demonstrate that certified factory-trained personnel have a minimum of three (3) years factory training and experience in the servicing of Becton Dickinson instrumentation that meets the standards required in the SOW. • Demonstrate that all primary service personnel shall have at least one backup Field Service Engineer with at least the same level of expertise on the equipment covered by this purchase order. 3. Past Performance (Acceptable/Unacceptable) Quoters shall submit the following information as part of their response: • A list of at least three (3) contracts providing similar services working onsite at the client's facility containing the instrument listed in the SOW completed during the past ten years and all contracts currently in process that are similar in nature to the services requested in the SOW. Contracts listed may include those entered into by the Federal Government, agencies of state and local Governments and commercial concerns. Quoters may also submit past performance information regarding predecessor companies, key personnel who have relevant experience or Sub Contractors that will perform major or critical aspects of the requirement when such information is relevant to the instant acquisition. Quoters that are newly formed entities without prior contracts should list contracts and subcontracts as required above for all key personnel. The list of contracts is preferably related to past experience with the Becton Dickinson instrumentation as listed in the SOW, as experience with other instrumentation may be irrelevant. Quoters shall include the following information for each contract or sub contract: 1. Name of Contracting Organization 2. Contract Number (for subcontracts, provide the prime contract number and the subcontract number) 3. Contract Type 4. Total Contract Value 5. Description of Requirement 6. Contracting Officer's Name and Telephone Number 7. Program Manager's and Telephone Number 8. North American Industry Classification System (NAICS) Code • The Quoter shall provide specific past performance information on issues encountered with the same or similar instrumentation mentioned in the SOW; identify applicable contracts; and provide corrective actions taken in order to resolve. The evaluation will be based on information obtained from references provided by the Quoter; other relevant past performance information obtained from other sources known to the Government. The Government will assess the relative risks associated with each Quoter. Performance risks are those associated with a Quoter's likelihood of success in performing the requirements as indicated by that Quoter's record of past performance. The assessment of performance risk is not intended to be the product of a mechanical or mathematical analysis of an quoter's performance on a list of contracts but rather the product of subjective judgment by the Government after it considers all available and relevant information. When assessing performance risks, the Government will focus on the past performance of the quoter as it relates to all acquisition requirements, such as the quoter's record of performing according to specifications, including standards of good workmanship; the quoter's adherence to contract schedules, including the administrative aspects of performance; the quoter's reputation for reasonable and cooperative behavior and commitment to customer satisfaction; and generally, the quoter's business-like concern for the interest of the customer. The Government will consider the currency and relevance of the information, source of the information, context of the data, and general trends in the quoter's performance. Quoters with no past performance, or sufficiently positive past performance, will be rated as acceptable. 4. Price The Government will evaluate the Quoter's price for all items/services proposed. The option period will be included as part of the total evaluated price. The Government shall evaluate proposed costs to determine they are fair and reasonable. Total Evaluated Price: Period of Performance Total Price Base Period (FFP): $_________ Option Period 1 (FFP): $_________ Cumulative Total: $_________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02CO72512-8/listing.html)
 
Place of Performance
Address: Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04367525-W 20170112/170110234037-5e33a984168feb104e4786c1d70a2d16 (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  © 1994-2020, Loren Data Corp.