Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 22, 2017 FBO #5782
SOLICITATION NOTICE

J -- Preventative Maintenance Service agreement for Beckman Coulter Equipment

Notice Date
9/20/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W91ZLK) TENANT CONTRACTING DIV, 6001 COMBAT DR, ABER PROV GRD, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
W91ZLK-17-T-0253
 
Archive Date
10/10/2017
 
Point of Contact
Toni M Foster,
 
E-Mail Address
toni.m.foster.civ@mail.mil
(toni.m.foster.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The combined synopsis/ solicitation number is W91ZLK-17-T-0253. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-95-1. The Government contemplates award of a Firm-Fixed Price purchase order IAW FAR Part 13 for UTVs. This requirement will be procured as 100% Total Small Business set-aside. The Associated North America Industry Classification Code (NAICS) 811219 and the Business Size Standard are $20.5M. The Edgewood Chemical Biological Center (ECBC) located at Aberdeen Proving Ground, Maryland requires the purchase of Preventative Maintenance Service agreement for Beckman Coulter Equipment. NOTES to Offerors: Offers shall note the lead time or approximate delivery date for items offered. Acceptance shall be at destination. Shipping shall be FOB Destination to USA ATC, Building 356 E3945 Beach Point Road Gunpowder, MD 21010. Please see attached list of equipment and Performance Work Statement for complete details. Maintenance is performed by trained and Beckman Coulter experienced technicians. 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 lowest price technically acceptable (LPTA) process described in FAR 15.101-2 will be used, meaning the award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The technical evaluation will be a determination based on information furnished by the Contractor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. In order to be considered technically acceptable, Contractor responses shall provide: a. Information in enough detail to show that the Contractor is able to meet the requirements of the Specifications b. Point of contact name and contact information, company CAGE code and DUNS number Partial quotes will not be evaluated by the Government. The Government may reject any proposal that is evaluated to be unrealistic in terms of program requirements, contract terms or conditions, or an unrealistic high or low price when compared to Government estimates, such that the proposal is deemed to reflect an inherent lack of competence or failure to comprehend the complexity and risks of the program. SUBMISSION PROCEDURES: All questions regarding this solicitation must be submitted to the Purchasing Agent via email no later than 10:00 a.m. Eastern Time, 21 September 2017 to toni.m.foster.civ@mail.mil. Responses to this solicitation must be signed, dated, and received no later than 10:00 a.m. Eastern Time, 25 September 2017. Responses must be sent by email directly to the Purchasing Agent, Toni Foster at Toni.m.foster.civ@mail.mil. All quotations from responsible sources will be fully considered. Contractors who are not registered in the System for Award Management (SAM) database prior to award will not be considered. Contractors may register with SAM online for free at www.sam.gov. FAR 52.252-1 - Solicitation Provisions Incorporated by Reference 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 offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at the following address: http://farsite.hill.af.mil The following clauses and provisions are incorporated by reference: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, Alternate I FAR 52.204-7, System for Award Management FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-13, System for Award Management Maintenance FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR52.212-1, Instructions to Offerors- Commercial Items FAR 52.212-2, Evaluation- Commercial Items FAR 52.212-3, Offeror Representations and Certifications - Commercial Items FAR 52.212-4, Contract Terms and Conditions - Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items FAR 52.217-5 Evaluation of Options FAR 52.217-8 Option to Extend Services FAR 52.217-9 Option to Extend the Term of the Contract FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-8, Utilization of Small Business Concerns FAR 52.219-13, Notice of Set-Aside of Orders FAR 52.219-14, Limitations on Subcontracting FAR 52.219-28, Post-Award Small Business Program Representation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor- Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-35, Equal Opportunity for Veterans FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-37, Employment Reports on Veterans FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.233-1, Disputes FAR 52.233-2, Service of Protest FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.239-1, Privacy or Security Safeguards FAR 52.243-1, Changes- Fixed Price FAR 52.249-8, Default (Fixed-Price Supply and Service) DFARS 252.203-7000, Requirements Relating to Compensation of Former DOD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors DFARS 252-211-7003, Item Identification and Valuation DFARS 252.216-7006, Ordering DFARS 252.225-7012, Preference for Certain Domestic Commodities DFARS 252.225-7048, Export-Controlled Items DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.243-7002, Requests for Equitable Adjustment DFARS 252.243-7001, Pricing of Contract Modifications DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023, Transportation of Supplies by Sea EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (OCT 2012) ACC-APG 5152.229-4900 Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax. AMC-LEVEL PROTEST PROGRAM (AUG 2012) ACC-APG 5152.233-4900 If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible Contracting Officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. Send protests (other than protests to the Contracting Officer) to: Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Phone: (256) 450-8165 Fax: (256) 450-8840 E-mail: amcprotests@conus.army.mil The AMC-Level Protest Procedures are accessible via the Internet at: www.amc.army.mil/amc/commandcounsel.html. If Internet access is not available, contact the Contracting Officer or HQ, AMC, to obtain the AMC-Level Protest Procedures. For questions concerning this solicitation, contact Purchasing Agent, Toni Foster at Toni.m.foster.civ@mail.mil TELEPHONE REQUESTS WILL NOT BE HONORED. CONTRACT DOCUMENTATION FOR PREVENTATIVE MAINTENANCE/ REPAIR FOR EML Beckman Coulter EQUIPMENT 1.0 Purchase Request: Preventative Maintenance Service agreement for Beckman Coulter Equipment. 2.0 Activity: RDCB-DPO-OB 3.0 Technical Contact: C 4.0 Administrative Contact: 5.0 Type of Maintenance Required: Service Agreement for Annual Preventative Maintenance 1. Parts, labor and travel for remedial repair. 2. No charge for planned maintenance visits, including travel time, on-site labor and travel expenses. Maintenance is performed by trained and Beckman Coulter experienced technicians. 3. Guaranteed priority response time of 2 business day after receipt of a service call for instruments. 4. Priority telephone and email access to instrument technical support. 5. Telephone and email access to application technical support 6.0 Background: The ECBC Environmental Monitoring Laboratory (EML) is responsible for performing time-sensitive health and safety monitoring for biological and chemical agent operations. In order to support its customers, the laboratory requires the use of a contractor to provide preventive maintenance and remedial repair services for the analytical equipment used in these operations. The contractor selected must have the experience and reliability to adequately maintain Beckman Coulter instrumentation and must be able to quickly diagnose and repair faulty Beckman Coulter instrumentation so that supported monitoring missions and health and safety monitoring are not compromised. Equipment to be serviced: Serial # Inst ID# Allegra 21R Centrifuge AGB00J061 464441 Biomek FX Dual & span 8 5012076 457507 Biomek FX disposable Tip Loader 931070 BFX 96 Channel Disp Head, 200uL 2281 931074 BFX Orbital Shaker Alp XX-5012076 931079 Biomek FX Dual & Span 8 5012110 460293 Biomek FX disposable Tip Loader 907234 BFX 96 Channel Disp Head, 200uL XX5012110 907237 BFX Orbital Shaker Alp 3280606 937955 Beckman Coulter Marketed Computer 931064 Beckman Coulter Marketed Computer 907225 Optima L90K Ultracentrifuge COL07A16 945196 Avanti J26XPI Centrifuge JXT10K03 1504990 7.0 Period of Performance: Date of award for one year, with two option years if available. 8.0 Security Requirements/Entry to Post, Area, Building, etc: Contractor is required to get visitor's pass at gate by presenting driver's license and vehicle registration if he does not have post entry identification. These requirements may change at any time due to heightened security requirements. 9.0 Preventive Inspections: Each piece of equipment requires 1 preventive maintenance (PM) visit by the contractor per year. Maintenance required is specified by Beckman Coulter instrument-specific checklists available from the vendor. The contractor is responsible for tracking instrument due dates and for documenting completion of maintenance. All maintenance visits must be performed within two months of due date. Documentation of completed PMs will be noted in the instrument logbook and will be provided to the COR. 10.0 Remedial Repair: When notified of a needed on-site repair from COR or designee, the contractor will arrive on-site within 2 business days. The contractor is expected to arrive with the parts predicted to be needed for the repair. At least 90% of all remedial repair service requests will be completed within 5 business days of notification. If contractor anticipates that a repair will take longer due to factors such as (but not limited to) complexity, intermittent nature of problem, or shortage of available parts, the COR will be notified via email with a proposed path forward and proposed completion date. The on-site service engineer will be trained and experienced in repair of Beckman Coulter instrumentation. The contractor will use all Beckman Coulter -approved parts. 11.0 Principle Period of Maintenance (PPOM): Work will be performed 0800 - 1700, Monday through Friday. Requirements: Performance Requirement Preventive Maintenance on Beckman Coulter Equipment Acceptable Quality Level 100% performed once yearly on all covered instrumentation and components. Surveillance Method Contractor-provided listing of instrument ID and date maintenance performed. COR or designee performs physical check of at least 25% of listing. Remedial Repair Services: Response Time for covered On-site repairs 2 business day response on-site with repair parts possibly needed as determined from notification call. 90% compliance acceptable. 100% inspection, deviations documented by COR. If compliance falls below 90%, CO will be notified in writing. Remedial Repair Services:Parts and Consumables Provided 100% of replacement parts will be Beckman Coulter approved. Consumables will be provided if needed for the repair at no extra cost. Random-checking as needed. Any deviations will be documented and forwarded to CO. Preventive Maintenance and Remedial Repair Service Engineer Training Requirements 100% of on-site service engineer is required to have been formally trained by Beckman Coulter in the repair of the covered instrumentation. Random checking as needed. Service engineer will provide documentation of training upon request of COR. Preventive Maintenance and Remedial Repair Documentation Requirements Contractor will provide documentation of on-site services performed. Service reports via email will be provided to the COR on a regular basis not to exceed once a month. 90% compliance acceptable. Random-checking as needed. If compliance falls below 90% and attempts by COR to resolve are unsuccessful, CO will be notified in writing.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f792f5399227951821761934e4f8ed48)
 
Place of Performance
Address: USA ATC, Building 356, E3945 Beach Point Road, Gunpowder, Maryland, 21010, United States
Zip Code: 21010
 
Record
SN04686699-W 20170922/170920232220-f792f5399227951821761934e4f8ed48 (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.