MODIFICATION
J -- Renewal of Service Contract for ABI Genetic Analyzers S/N # 17214-015,
- Notice Date
- 6/8/2017
- 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
- N02RC72564-61
- Archive Date
- 6/27/2017
- Point of Contact
- KATHY D. ELLIOTT, Phone: 240-276-5570, Reyes Rodriguez, Phone: 240-276-5442
- E-Mail Address
-
ELLIOTTK@MAIL.NIH.GOV, reyes.rodriguez@nih.gov
(ELLIOTTK@MAIL.NIH.GOV, reyes.rodriguez@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- The purpose of this modification for Solicitation No. N02RC72564-61 is as follows: 1) To update and add the Basis For Award 2) To address questions received regarding the Solicitation notice Contracting Office Address Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E244, Bethesda, MD 20892, UNITED STATES I. Description The National Cancer Institute (NCI), Center for Cancer Research (CCR) Genomics Core plans to procure maintenance service for the government owned ABI Genetic Analyzers. This is a combined synopsis/solicitation notice 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 includes all applicable provisions and clauses in effect through FAC 2005-94, 2005-95 (January 19, 2017) simplified procedures for commercial items. The North American Industry Classification System code is 811219 and the business size standard is $20,5 Million. Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price type contract. It has been determined there are no opportunities to acquire green products or services for this procurement. The period of performance is eleven months, from June 16, 2017 through May, 15, 2018. It has been determined there are no opportunities to acquire green products or services for this procurement. II. Description of Requirement The Center for Cancer Research Genomics Core provides the NCI intramural investigators with a range of genomics technologies, available either as services delivered by the core, or as walk up access to specific instrumentation and technologies. The Genomics core of the CCR at NCI is providing multiple genomics services to advance cancer research. Investigating genetics and epigenetics alterations and their effects on the development and biology of cancer represents one of the most important venues of current cancer research. Using Sanger Sequencing the core is able to provide necessary support for the studies of DNA/promoter interactions, gene expression, methylation, single nucleotide polymorphism (SNP), deletions, insertions and genomic rearrangements. 1. SCOPE: Contractor shall provide all labor, material and equipment necessary to maintain and provide preventive maintenance for three (3) government-owned ABI Genetic Analyzers S/N #17214-015, 1202-033, and 16111-010. All maintenance service shall be performed on-site in accordance with the manufacturer's standard commercial maintenance practices with factory-trained and certified engineers, guaranteed response times, as well as on-site preventative maintenance visits. Contractor shall have full and exclusive access to Applied Biosystems latest technical developments, repair procedures, software application updates and planned maintenance. 2. PREVENTIVE MAINTENANCE: Contractor shall perform one (1) preventive maintenance inspection (PMI) during the contract period. Factory-trained and certified engineers shall perform Service. The contract will cover service calls, travel time, labor, and any necessary approved parts. 3. EMERGENCY SERVICE: Unlimited emergency repair service visits shall be provided during the term of this contract to the government. Emergency service shall be provided during normal working hours, Monday through Friday excluding Federal Holidays. Upon receipt of notice that any part of the equipment is not functioning properly the Contractor shall within 2 business days after receipt of a service call for instruments furnish a factory-trained and certified 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 PMIs. In addition, the Contractor shall provide access to field applications support and remote diagnostics service to allow a rapid service response. The Contractor shall provide unlimited technical support through email and priority telephone access to instrument technical support and a hot-line number for telephonic trouble-shooting for the instrument, applications and bioinformatics during normal working hours, except Federal holidays. 4. REPLACEMENT PARTS: The Contractor shall furnish all required replacement parts, with the exception of consumables. Contractor can only use replacement parts certified to manufacturer's OEM specifications. 5. SOFTWARE UPDATES/SERVICE: Critical and non-critical updates will be provided by field service representative and certified service engineers. Contractor must have full and exclusive access to Applied Biosystems latest technical developments, repair procedures, software application updates and planned maintenance procedures. 6. 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 contract. 7. PERSONNEL QUALIFICATIONS: Field service representative and certified service engineers must have at least three (3) years' experience with 3130xL and 3730 Genetic analyzers; demonstrate knowledge and expertise in servicing and troubleshooting on the 3130xL and 3730xL Genetic analyzers; have certification for end to end system maintenance and repair (including hardware and software) as well as updating of software as needed; on-site response capabilities within two working days. In addition, all primary service personnel shall have at least one backup support person with at least the same level of expertise on the equipment covered by this contract. 8. PAYMENT: Payment shall be made bi-monthly and quarterly in arrears after completion of the inspection and at the end of the contract. QUOTATIONS ARE DUE: June 12, 2017 11:00 AM, EST. PROVISIONS AND CLAUSES: The following provisions and clauses will be incorporated by reference: 52.212-1 Instruction to Offerors Commercial Items (JAN 2017) 52.212-2, Evaluation Commercial Items (OCT 2014): The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the proposal. The Government reserves the right to make an award without discussions. 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. The following factors shall be used to evaluate offers: 1. Technical Approach 2. Personnel Requirements and Organizational Experience 3. Past Performance (Stand Alone Factor) 4. Price (Price will be evaluated separately but not scored) Technical, personnel requirements and organizational Experience when combined are significantly more important than cost or price. b) 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. 52.212-3 Offerors Representations and Certifications Commercial Items (JAN 2017) WITH DUNS NUMBER ADDENDUM (52.204-6 (OCT 2016): 52.212-4 Contract Terms and Conditions Commercial Items (JAN 2017), applies to this acquisition. 52.212-5 Contract terms and Conditions Required to Implement Statutes or Executive Orders---Commercial Items (JAN 2017). The following additional FAR clauses cited in this clause are applicable: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015). (2) 52.233-3, Protest after Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (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: 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate I (OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2402) 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C. 3509) 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards (OCT 2016) (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). 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (JUL 2013) (41 U.S.C. 2313). 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). 52.219-8 Utilization of Small Business Concerns (NOV 2016) (15 U.S.C. 637 (d) (2) and (3). 52.219-28 Post Award Small Business Program Representation (JUL 2013) (15 U.S.C. 632(a) (2)). 52.222-3 Convict Labor (JUNE 2003) (E.O. 11755). 52.222-19 Child Labor Cooperation with Authorities and Remedies (OCT 2016) (E.O. 13126). 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEP 2016) (E.O. 11246). 52.222-35 Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212). 52.222-36 Affirmative Action 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). 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (AUG 2011)(E.O. 13513). 52.225-1 Buy American Act - Supplies (MAY 2014) (41 U.S.C. chapter 83). 52.225-3 Buy American Act--Free Trade Agreements--Israeli Trade Act (MAY 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, Pub. L. 108-77, 108-78, 108-286, 108-302 109-53, 109-169, 109-283, 110-138, Pub. L.112-41, 112-42 and 112-43). 52.225-5 Trade Agreements (OCT 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). 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 awards Management (JUL 2013) (31 U.S.C. 3332). 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Full text copies of the representations and certifications for other cited provisions and clauses many be obtained on line at the NCI website at http://ncioa.cancer.gov/oa-internet/reference.jsp or from Kathy Elliott, Contract Specialist at Elliottk@mail.nih.gov. Quotations must be received in the NCI-OA contracting office by 11:00 a.m. EST on June 12, 2017. Please refer to the solicitation number N02RC72564-61 on all correspondence. No collect calls will be accepted. Faxed or electronic mail quotations will be accepted. All questions shall be in writing and may be addressed to the aforementioned individual noted above by June 7, 2017. No collect calls will be accepted. In order to receive an award, Contractor must be registered and have valid certification in the Central Contractor Registration (CCR) and the Online Representation and Certifications Applications (ORCA) through www.sam.gov.   BASIS FOR AWARD: Selection of an offeror for award will be based on an evaluation of proposals against four factors. The factors, in order of importance are: technical, personnel requirements, organizational experience, 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 offerors 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 offer or other than the highest technically rated factor. The Government intends to make an award to the offeror whose proposals provide the best overall value to the Government. 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 proposal will be evaluated carefully. Each proposal must document the feasibility of successful implementation of the requirements of the Combined Synopsis/Solicitation. Offerors must submit information sufficient to evaluate their proposals based on the detailed factors listed below. The Evaluation Process: The Government will award a contract resulting from this quotation to the responsible Contractor whose quote conforming to the quotation will be the 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) 2. Personnel Requirements and Organizational Experience (40) 3. Past Performance (Stand Alone Factor) 4. Price TECHNICAL EVALUATION CRITERIA: 1. Technical Approach: (60 points): • The Offeror 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 listed under Section II, above, Description of Requirement. • in enough detail that someone with a rudimentary knowledge of the subject would be able to understand the offeror's ability to perform the work. The proposed technical plan shall demonstrate the following: o Must show evidence that previous work performed from at least two (2) past clients with ABI 3130xL and 3730xL Genetic Analyzers meets the standards of the two (2) government-owned ABI 3130xL and 3730xL Genetic Analyzers. o Must show interaction with Applied Biosystems service engineers and knowledge of the interface between these instruments. o Ability to demonstrate email and telephone technical expertise on troubleshooting ABI 3130xL and 3730xL Genetic Analyzers. o Must show evidence of exclusive full access to manufacturer's diagnostic software that is essential in performing the instrument maintenance and repair services and calibration. o Must show ability to perform remote diagnostics to identify problems with the equipment. 2. Personnel Requirements and Organizational Experience: (40 Points): • The Offeror 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 Statement of Work, 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: Field Service Representatives and Certified Service Engineers. The Contractor shall provide a copy of the certificate of key personnel that will be performing the work as listed under Section II, above, Description of Requirement. Contractor shall also include the following in the quote/proposal: o Demonstrate knowledge and expertise on servicing and troubleshooting the same or similar instruments as listed under Section II, above, Description of Requirement. o Demonstrate completion of certification for end-to-end system maintenance and repair (including both hardware and software) o Demonstrate completion of biannual (every 2 years) certification renewal for all service engineers to service ABI 3130XL AND 3730XL GENETIC ANALYZERS instruments. o Demonstrate the ability to have on-site response capabilities within 2 working days since initial call by customer through the number of available, certified service engineers staffed in the company. Offerors shall submit the following information as part of their response: • A list of the three (3) contracts providing similar products or services working onsite at the clients facility containing the ABI 3130xL and 3730xL Genetic Analyzers completed during the past ten years and all contracts currently in process that are similar in nature to the solicitation. Contracts listed may include those entered into by the Federal Government, agencies of state and local governments and commercial concerns. Quoters/Offerors 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 ABI 3130xL and 3730xL Genetic Analyzers, as experience with other instruments may be irrelevant. Include the following information for each contract or subcontract: 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. Standard Industrial Code o The quoter/offeror must provide specific information on problems with ABI 3130xL and 3730xL Genetic Analyzers encountered on the identified contracts and the quoter's/offeror's corrective actions. Each quoter/offeror may be evaluated on their performance under existing and prior contracts for similar products or services. The Government is not required to contact all references provided by the quoter/offeror. Also, references other than those identified by the quoter/offeror may be contacted by the Government to obtain additional information that will be used in the evaluation of the quoter/offeror's organizational experience. The Government may evaluate the offeror's past performance on organizational experience based on information obtained from references provided by the offeror, other relevant past performance on organizational experience information obtained from other sources known to the Government, and any information supplied by the offeror concerning problems encountered on the identified contracts and corrective action taken. The Government will assess the relative risks associated with each offeror. Performance risks are those associated with an offeror's likelihood of success in performing the acquisition requirements as indicated by that offeror's record of past performance. Below are the responses to questions received for Solicitation # N02RC72564-61 1. Is there a previous contract for this equipment? If so, can you provide the contract number? Response: There is a previous contract and the number is HHSN261201600339P. 2. Who was the awarded vendor? Response: The Contractor is Life Technologies Corporation. 3. What was the cost of the last year's contract and is this the same equipment as last year's contract? Response: The cost of last year's contract is $39,874.04. 4. Is the contract available for viewing? Response: The contract is available for view via the https://www.foia.gov/index.html. 5. Is there a service/repair history report available? Response: The service/repair history report is available via the https://www.foia.gov/index.html. 6. Is all the equipment up and running? Response: The equipment is up and running. 7. Can you provide the quantity of each listed model? Response: There are two (2) - 3130-16 Genetic Analyzer; and one (1)- ABI Prism 3730XL.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02RC72564-61/listing.html)
- Place of Performance
- Address: 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN04537558-W 20170610/170608234642-893f2defae6d9ea52133b7b66b7637c2 (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 |