SOLICITATION NOTICE
J -- Maintenance and Support Services for NMR Systems - Solicitation Attachments
- Notice Date
- 6/7/2018
- 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, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
- ZIP Code
- 20892-9559
- Solicitation Number
- NIHDA201800207
- Archive Date
- 6/28/2018
- Point of Contact
- Mark E. McNally, Phone: (301) 827-5869, Jeffrey Schmidt, Phone: (301) 402-1488
- E-Mail Address
-
mcnallyme@mail.nih.gov, schmidtjr@mail.nih.gov
(mcnallyme@mail.nih.gov, schmidtjr@mail.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Attachment 3 - Invoice and Payment Provisions Attachment 2 - FAR Clause 52.212-5 (Jan 2018) Attachment 1 - Statement of Work (SOW) (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 written solicitation will not be issued. (ii) The solicitation number is NIHDA201800207 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 expected to exceed the simplified acquisition threshold. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97, dated January 24, 2018. (iv) The associated NAICS code 811219 and the small business size standard $20.5 million USD. This requirement is full and open with no set-aside restrictions. (v) This request is for service agreements to cover two (2) nuclear magnetic resonance (NMR) systems manufactured by Agilent Technologies Inc. (vi) Background Information and Objective : The Agilent equipment yields qualitative information about the purity of the reactions and target molecules synthesized by the National Center for Advancing Translational Sciences (NCATS) chemists. These units are such a key tool in the purification and identification step that this process is critical to our research goals and will be in extremely high use in the NCATS chemistry labs. In order to comply with years of results and protocols generated by the use of our current Agilent equipment, parts and accessories must be compatible with our Agilent systems. Additionally, this maintenance is needed to minimize down time and lost research efforts. Period of Performance : One-year base period from the date of award with four (4) one-year option periods. If the Government exercises its option(s), the period of performance will increase as listed below: Option Period 1 (Contract Year 2): June 2019 through June 2020 Option Period 2 (Contract Year 2): June 2020 through June 2021 Option Period 3 (Contract Year 2): June 2021 through June 2022 Option Period 4 (Contract Year 2): June 2022 through June 2023 SCOPE OF WORK General Requirements : Independently and not as an agent of the Government, the Contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government as needed to perform the Statement of Work: Service agreements for the following Agilent NMRs: 1. Model Description: 600MHz VNMRS or DD2 NMR Basic System Serial Number NMR600-MY13260111 2. Model Description: MR 400 NMR Basic System Serial Number 400MR-MY13100302 Specific Requirements : 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) authorized service 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 schedule and perform onsite preventive maintenance on the subject equipment from 8:00 am - 5:00 pm Monday through Friday, excluding Federal holidays. (vii) GOVERNMENT RESPONSIBILITIES NCATS will provide vendor access to Agilent equipment. DELIVERY OR DELIVERABLES Documentation shall be provided by the vendor to show they completed the preventive service on the equipment and left with the NCATS Point-of-Contact (POC). The service technician is to present a service ticket that briefly details the work performed during the service visit to the POC for signature and a copy of the ticket is to be left with the POC. (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. The following factors shall be used to evaluate offers: (i)Technical Approach (ii)Price/Cost (iii)Past Performance (see FAR 13.106-2) All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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 Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. (xi) The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. Addendum to FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. The additional contract terms and conditions are as follows "Paragraph 52.212-4(g) is replaced with the NIH Invoice and Payment Provisions (2/2014), attached." (xii) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and is attached. (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 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. 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 responses must be received by 3:00 PM Eastern Time, Wednesday, June 13, 2018, and reference number NIHDA201800207. Responses to be submitted electronically to: Contracting Officer Jeffrey Schmidt: schmidtjr@mail.nih.gov Contract Specialist Mark McNally: mcnallyme@mail.nih.gov Fax responses will not be accepted. (xvi) The name and telephone number of the individual to contact for information regarding the solicitation. Contracting Officer Jeffrey Schmidt: schmidtjr@mail.nih.gov Contract Specialist Mark McNally: mcnallyme@mail.nih.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/NIHDA201800207 /listing.html)
- Place of Performance
- Address: NCATS, Building B, 9800 Medical Center Drive, Rockville, Maryland, 20850, United States
- Zip Code: 20850
- Zip Code: 20850
- Record
- SN04947524-W 20180609/180607230844-7dddab7404d1b92cd84502edfdd9de6e (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 |