Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 15, 2017 FBO #5591
SOLICITATION NOTICE

J -- Maintenance Service on Mass Spectrometers - 52.212-5

Notice Date
3/13/2017
 
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-2017-218
 
Archive Date
4/7/2017
 
Point of Contact
Hunter A. Tjugum, Phone: 301 827 5304, ,
 
E-Mail Address
hunter.tjugum@nih.gov, NIDASSSAPurchaseRequ@mail.nih.gov
(hunter.tjugum@nih.gov, NIDASSSAPurchaseRequ@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
52.212-5 (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 separate written solicitation will not be issued. (ii) The solicitation number is HHS-NIH-NIDA-SSSA-CSS-2017-218 and the solicitation is issued as a request for quotation (RFQ). 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-Simplified Procedures for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Institute on Drug Abuse (NIDA), Station Support Contracts and Simplified Acquisitions Branch (SS/SA) on behalf of the NIDA intends to negotiate and award a purchase order without providing for full and open competition (including brand-name) to Thermo Electron North America LLC located at 1400 N POINT PKWY STE 10 WEST PALM BEACH, FL, 33407-1976 for maintenance service performed on existing, government owned mass spectrometer equipment. This acquisition is conducted as non-competitive for a commercial item or service and is conducted under the authority of the FAR Subpart 13.5-Simplified Procedures for Certain Commercial Items and 13.501 Special documentation requirements and the authority of 41 U.S.C. 1901 and the statutory authority of FAR Subpart 6.302-1 Only one responsible source and no other supplies or services will satisfy agency requirements. Pursuant to FAR Subpart 13.501 (a) (1) (iii) the justification (excluding brand name) will be made available within 14 days after contract award or in the case of unusual and compelling urgency within 30 days after contract award. 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. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-94,2005-95 / 01-19-2017. (iv) The associated 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. This requirement is released with no set-aside restriction. (v) Description: NIDA IRP requires a maintenance agreement for the following equipment: S/N 03099B - ESI-LTQ ORBITRAP VELOS mass spectrometer W/ETD, and S/N 01566B LTQ Orrbitrap XL 60Hz. The following maintenance is required: LTQ ORBITRAP VELOS WITH ETD (Coverage: UNITY ESSENTIAL SUPPORT PLAN-MSPEC-LC-MS) Part Number: 0723920, ETD FIELD UPGRADE, FROM LTQ XL, STD (Coverage: MASS SPECTROMETRY OPTIONS) Part Number: OPTON-97103; and LTQ Orbitrap XL 60Hz (Coverage: UNITY ESSENTIAL SUPPORT PLAN-MSPEC-LC-MS) Part Number: 0723862. (vi) Background, purpose, and objectives: The National Institute on Drug Abuse Intramural Research Program has a requirement for maintenance support for a Mass Spectrometry Maintenance Agreement for LTQ/Orbitrap Mass Spectrometers. The Structural Biology Unit at the NIDA IRP was established for the purpose of developing new technology and methods to analyze and measure biomolecules. To accomplish these goals, the SBU uses this equipment, which was purchased in 2009. This maintenance agreement will provide annual preventative maintenance visits for both mass spectrometers in the lab and will provide for unlimited on-site service visits to ensure that both instruments are properly maintained and functioning. Software updates for the equipment shall be provided at no additional charge. The goal of this procurement is to procure service maintenance on existing government-owned laboratory equipment manufactured by and previously purchased from Thermo Electron North America LLC. The new service agreement shall be carried out by authorized Original Equipment Manufacturer (OEM) certified factory-trained technicians. 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 requirements are listed as follows: One (1) annual preventive maintenance visit; Unlimited number of demand on-site service visits within 72 hours of request; Certified replacement parts; Computer software updates and notifications; Engineer labor and travel. 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. (vii) Place of performance shall occur at 333 Cassell Drive, Triad Building, Baltimore, MD 21224. The anticipated period of performance is June 1, 2017 through May 31, 2018. The government owns the scientific instrumentation. The field service technician will be required to notify the POC from the NIDA facility to gain physical access to the premise. SBU personnel will be responsible for scheduling PMs and service visits for the two Orbitrap mass spectrometers at NIDA-IRP. No travel cost shall be reimbursed. SECTION 508 - ELECTRONIC AND INFORMATION TECHNOLOGY STANDARDS In December 2000, the Architectural and Transportation Barriers Compliance Board (Access board), pursuant to Section 508(2)(A) of the Rehabilitation Act Amendments of 1998, established information technology accessibility standards for the federal government. Section 508(a)(1) requires that when federal departments or agencies develop, procure, maintain, or use Electronic and Information Technology (EIT), they shall ensure that the EIT allows federal employees with disabilities to have access to and use of information and data that is comparable to the access to and use of information and data by other Federal employees. The Section 508 requirement also applies to members of the public seeking information or services from a federal department or agency. Section 508 text is available at http://www.opm.gov/HTML/508-textOfLaw.htm or http://www.section508.gov/index.cfm?FuseAction=Content&ID=14 The contractor shall comply with Section 508 of the Rehabilitation Act (29 U.S.C. § 794d), as amended by the Workforce Investment Act of 1998 (P.L. 105-220), August 7, 1998. The contractor is responsible for any software patches to fix problems impacting instrument reliability and usage. (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, 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. Technical factors, when combined, are significantly more important than cost or price. Evaluation factors that will be used to evaluate the offer most advantageous to the Government, price and other factors considered, include: (1) Technical Capability: Offerors shall demonstrate their ability to meet the technical requirements stated in this solicitation. (2) Organizational Experience: The offeror must submit with their proposal a list of the last two (2) contracts completed during the past three (3) 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. (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 or redacted invoices or contracts 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. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x) The provision at FAR Clause 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition. (xi) The provision at FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) 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. See specific terms and conditions as an attachment. (xiii) There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xiv) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xv) 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. The price proposal must include the labor categories, an estimate of the number of hours required for each labor category, fully loaded fixed hourly rate or each labor category, breakdown and rationale for other direct costs or materials, and the total amount. The price proposal shall be formatted as in table format and include a total estimated cost for each performance period. 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." All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. All responses must be received by the closing date specified in this announcement and must reference the subject solicitation number. Responses must be submitted electronically to Hunter.Tjugum@nih.gov and NIDASSSAPurchaseRequ@mail.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) 827-5304.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-2017-218/listing.html)
 
Record
SN04432836-W 20170315/170313234540-4845d58203ccb259f91fac1bddb3a197 (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.