SOLICITATION NOTICE
J -- PREVENTATIVE MAINTENANCE AND REPAIR SERVICES FOR SORVALL AND BECKMAN CENTRIFUGES
- Notice Date
- 9/18/2007
- Notice Type
- Solicitation Notice
- NAICS
- 333911
— Pump and Pumping Equipment Manufacturing
- Contracting Office
- Department of Agriculture, Agricultural Research Service, North Atlantic Area Office, 600 East Mermaid Lane, Wyndmoor, PA, 19038, UNITED STATES
- ZIP Code
- 19038
- Solicitation Number
- AG-3615-S-07-0015
- Response Due
- 9/24/2007
- Archive Date
- 12/31/2007
- Point of Contact
- Lisa Botella, Contract Specialist, Phone 215-233-6551, Fax 215-233-6558, - Eileen LeGates, Procurement Assistance Officer, Phone 215-233-6551, Fax 215-233-6558,
- E-Mail Address
-
lisa.botella@ars.usda.gov, eileen.legates@ars.usda.gov
- Small Business Set-Aside
- Total Small Business
- Description
- The USDA, Agricultural Research Service, Plum Island Animal Disease Center (PIADC) located off the Northeast Coast of Orient Point, New York, requires a Contractor to provide all labor, equipment, supplies, transportation and services for Preventive Maintenance and Repair Services on Sorvall and Beckman Centrifuge Systems for PIADC in accordance with the terms, conditions, and specifications attached. SCHEDULE OF ITEMS - BASE PERIOD OF PERFORMANCE: SEPTEMBER 27, 2007 (OR DATE OF AWARD WHICHEVER COMES FIRST) THROUGH MAY 30, 2008: ITEM 01- Preventative Maintenance for Sorvall Centrifuges; QTY: PER UNIT; UNIT PRICE, AMOUNT; ITEM 02- Pre-Inspection for Sorvall Units; QTY: PER UNIT; UNIT PRICE, AMOUNT; ITEM 03- Preventative Maintenance for Beckman Centrifuges; QTY: PER UNIT; UNIT PRICE, AMOUNT; ITEM 04- Pre-Inspection for Beckman Units; QTY: PER UNIT; UNIT PRICE, AMOUNT; ITEM 05- Repair Service for Sorvall Centrifuges QTY: PER UNIT; UNIT PRICE, AMOUNT; ITEM 06- Repair Service for Beckman Centrifuges; QTY: PER UNIT; UNIT PRICE, AMOUNT. OPTION 1 - PERIOD OF PERFORMANCE: MAY 31, 2008 THROUGH MAY 30, 2009: ITEM 07- Preventative Maintenance for Sorvall Centrifuges; QTY: PER UNIT; UNIT PRICE, AMOUNT; ITEM 08- Pre-Inspection for Sorvall Units; QTY: PER UNIT; UNIT PRICE, AMOUNT; ITEM 09- Preventative Maintenance for Beckman Centrifuges; QTY: PER UNIT; UNIT PRICE, AMOUNT; ITEM 10- Pre-Inspection for Beckman Units; QTY: PER UNIT; UNIT PRICE, AMOUNT; ITEM 11- Repair Service for Sorvall Centrifuges; QTY: PER UNIT; UNIT PRICE, AMOUNT; ITEM 12- Repair Service for Beckman Centrifuges; QTY: PER UNIT; UNIT PRICE, AMOUNT. OPTION 2 - PERIOD OF PERFORMANCE: MAY 31, 2009 THROUGH MAY 30, 2010: ITEM 13- Preventative Maintenance for Sorvall Centrifuges; QTY: PER UNIT; UNIT PRICE, AMOUNT; ITEM 14- Pre-Inspection for Sorvall Units; QTY: PER UNIT; UNIT PRICE, AMOUNT; ITEM 15- Preventative Maintenance for Beckman Centrifuges; QTY: PER UNIT; UNIT PRICE, AMOUNT; ITEM 16- Pre-Inspection for Beckman Units; QTY: PER UNIT; UNIT PRICE, AMOUNT; ITEM 17- Repair Service for Sorvall Centrifuges; QTY: PER UNIT; UNIT PRICE, AMOUNT; ITEM 18- Repair Service for Beckman Centrifuges; QTY: PER UNIT; UNIT PRICE, AMOUNT. OPTION 3 - PERIOD OF PERFORMANCE: MAY 31, 2010 THROUGH MAY 30, 2011: ITEM 19- Preventative Maintenance for Sorvall Centrifuges; QTY: PER UNIT; UNIT PRICE, AMOUNT; ITEM 20- Pre-Inspection for Sorvall Units; QTY: PER UNIT; UNIT PRICE, AMOUNT; ITEM 21- Preventative Maintenance for Beckman Centrifuges; QTY: PER UNIT; UNIT PRICE, AMOUNT; ITEM 22- Pre-Inspection for Beckman Units; QTY: PER UNIT; UNIT PRICE, AMOUNT; ITEM 23- Repair Service for Sorvall Centrifuges; QTY: PER UNIT; UNIT PRICE, AMOUNT; ITEM 24- Repair Service for Beckman Centrifuges; QTY: PER UNIT; UNIT PRICE, AMOUNT. OPTION 4 - PERIOD OF PERFORMANCE: MAY 31, 2011 THROUGH MAY 30, 2012: ITEM 25- Preventative Maintenance for Sorvall Centrifuges; QTY: PER UNIT; UNIT PRICE, AMOUNT; ITEM 26- Pre-Inspection for Sorvall Units; QTY: PER UNIT; UNIT PRICE, AMOUNT; ITEM 27- Preventative Maintenance for Beckman Centrifuges; QTY: PER UNIT; UNIT PRICE, AMOUNT; ITEM 28- Pre-Inspection for Beckman Units; QTY: PER UNIT; UNIT PRICE, AMOUNT; ITEM 29- Repair Service for Sorvall Centrifuges; QTY: PER UNIT; UNIT PRICE, AMOUNT; ITEM 30-Repair Service for Beckman Centrifuges; QTY: PER UNIT; UNIT PRICE, AMOUNT. NOTE FOR ALL PERIODS OF PERFORMANCE: The Contractor shall use the List of Equipment (Section C.1-Attachment 01) to provide the Amount for each line item. The Service Contract Act does/does not apply to this requirement in accordance with FAR 22.1003-4(b)(4)(i)(B). GENERAL SPECIFICATIONS - The USDA, Agricultural Research Service, Plum Island Animal Disease Center (PIADC) located off the Northeast Coast of Orient Point, New York, requires a Contractor to provide all labor, equipment, supplies, transportation and services for Preventive Maintenance and Repair Services on Sorvall and Beckman Centrifuge Systems for PIADC in accordance with the terms, conditions, and specifications attached. TECHNICAL SERVICE REQUIREMENTS - The USDA, ARS, Plum Island Animal Disease Center (PIADC) in Orient Point, NY, requires an annual Preventive Maintenance and Repair Service Contract for Sorvall and Beckman centrifuges all makes and models by qualified and trained technicians. The Contractor shall plan, schedule, coordinate, and assure effective completion of the required services. The Full Service Preventive Maintenance shall consist of: Performing a Pre-inspection/Instrument qualification for all instrumentation listed on Attachment C-1. The Contractor shall schedule pre-inspection within 2 weeks of award and preventative maintenance (PM) visit within 30 days of completion of inspection. Pre-schedule services every 6 months and with a total of 2 maintenance visits per year. The Contractor shall notify the Contracting Officer?s Technical Representative (COTR) at a minimum of two (2) weeks prior to performing the required services. Perform complete service in accordance with the manufacturer's guidelines. Provide a copy of parts list with pricing including all necessary parts on scheduled preventative maintenance service. Copy of parts list with pricing for parts not covered during routine Preventive Maintenance providing any discounts. Itemized repair report or preventive maintenance service scheduled to be provided on day of service to the TR. Upon completion of the service, the Contractor shall obtain the user initials. The Contractor shall use a similar list of equipment spread sheet (see Attachment C-1). Provide pricing for each piece of equipment identified individually (see Attachment C-1). Provide written confirmation of emergency service requests within 24 hours after government contact for emergency repair either by email or fax. The Government may remove at any time, any centrifuge from service. When this happens, the annual cost for this item will be pro-rated by the Contractor. The Contractor shall provide written confirmation and costs of this credit excluding services already performed plus travel. Provide on-site repair and telephone support: Perform complete service in accordance with the manufacturer's guidelines. Provide a copy of parts list with pricing including all necessary parts on scheduled preventative maintenance service. Copy of parts list with pricing for parts not covered during routine Preventive Maintenance providing any discounts. Itemized repair report or preventive maintenance service scheduled to be provided on day of service to the COTR. Upon completion of the service, the Contractor shall obtain the user initials. The Contractor shall use a similar list of equipment spread sheet (see Attachment C-1). Provide pricing for each piece of equipment identified individually (see Attachment C-1). Consumable supplies shall be listed separately. Provide written confirmation of emergency service requests within 24 hours after government contact for emergency repair either by email or fax. The Government may remove at any time, any centrifuge from service. When this happens, the annual cost for this item will be pro-rated by the Contractor. The Contractor shall provide written confirmation and costs of this credit excluding services already performed plus travel. 3. The Contractor shall provide a price list of the consumable replacement parts and supplies with the offer. This price list shall be submitted annually prior to award of any option period. The Contractor shall provide factory trained service technicians capable of repairing and servicing all models of Sorvall and Beckman manufactured centrifuges. In an emergency, oral orders may be issued but must be confirmed in writing. Emergency repairs must be completed within 36 hours after notification. Orders will be placed by authorized Government Representatives (Contracting Officers or PCMS Cardholders. DELIVERY OF SERVICES - FACILITY CONTAINMENT RESTRICTIONS - The PIADC Building 101 is a bio-containment safety level 3 (BL3) laboratory. Personnel must adhere to safety requirements when entering and exiting building 101, (see Attachment C-2 and C-3). All equipment, tools, and any other materials removed must go through a decontamination process from building 101(see Attachment C-3); this procedure takes a minimum 2 weeks. All warranted repairs or replacements that will require returns to the manufacturer need to be scheduled prior to the 2 week decontamination process. On site government supplied tools are available. If something is not available decontamination restrictions apply. a. Decontamination is done by putting products into a self-contained air-lock and gassed with Para-formaldehyde, after 7 days product is removed tested and requires 7 days to air out. b. Liquid decontamination for metal products is washed in a lye or bleach solution with a ratio of 1 part lye or bleach to 10 parts water, and then rinsed. c. No wood or porous materials allowed. ELECTICAL AND SAFETY REQULATIONS - The Contractor shall comply with OSHA or any other specifications required by the equipment manufacturer. WARRANTY - The Contractor shall provide a one year, on-site, non-consumable parts and labor warranty on each repair part used. The Contractor shall provide a copy of the warranty for each item with their offer. PERIOD OF PERFORMANCE - The Services shall begin on September 27, 2007 or date of award, whichever comes first; plus four 12-month option years. DOCUMENTATION - The Contractor shall provide a certification statement that the technicians have been trained by the equipment manufacturer Beckman/ Sorvall/other, within 10 calendar days after notification of award. The Contractor shall be required to annually update the certification with any option period. DELIVERABLES- In cases of inclement weather, the Boats may not be able to transport the Contractor to the island. In some case the Contractor may have to leave the island due to inclement weather before completion of the services. In which case, the Contractor will need to return the next business day to complete the services. LOCATION OF EQUIPMENT-All equipment is located on Plum Island, Building 101(BSL3), Lab C, Lab C Basement, Mod. 1, Mod. 2, Mod.6, Hallway between Mod.5-6, and one unit located in Bldg 100. BSL2. All deliveries shall be F.O.B. Destination, within Consignee?s premises to the USDA, Plum Island Animal Disease Center (PIADC), during the period of performance identified in the contract award. Delivery shall be between the hours of 8:00 a.m. to 3:30 p.m. (Boat leaves island by 4:30 p.m.), Monday through Friday, excl. Federal holidays. In case of inclement weather, the Contractor must call the designated field location representative to verify that the facility is open for delivery. REPORTING REQUIREMENTS - The Contractor shall provide itemized report upon completion of all services for each piece of the equipment to Mrs. Claire Anderson prior to leaving PIADC on a daily basis. PACKING AND SHIPPING - The Contractor shall deliver the shipment in such a manner that will ensure a safe delivery to the destination. Containers and closures shall comply with the Interstate Commerce Regulation, Uniform Freight Classification Rules, or regulation of other carriers as applicable to the mode of transportation. The items to be furnished hereunder shall be labeled with the purchase order number and delivered, all transportation charges paid by the Contractor in accordance with the F.O.B. Destination clause. All parts will be shipped to Mrs. Claire Anderson's attention and include the order number on the mailing label. GOVERNMENT RESPONSIBILITY - The USDA, ARS, PIADC, Foreign Animal Disease Research Unit (FADR Unit) will provide an itemized list of specific equipment that requires the preventive maintenance and repair service of the Sorvall and Beckman centrifuges, this list will be updated semi-annually and provided to the Contractor. (SEE ATTACHMENT C.1). DESIGNATION OF CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE - The Contracting Officer shall designate the Contracting Officer's Technical Representative (TR) at the time of contract award. A firm, fixed-price performance based service contract will be awarded for a Base Year plus four (4) options periods. Prices are being requested and a written solicitation has been issued. The Solicitation number AG-3615-S-07-0015 is issued as a Request For Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16. This procurement is restricted for Small Businesses only. This is a solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. Quotations are being requested and a written solicitation has also been issued. The NAICS is 333911 with a size standard of 500 employees. This solicitation and any other documents related to this procurement will be available electronically at the Internet site http://www.fbo.gov. ADDITIONAL QUOTATION INFORMATION - This solicitation and any other documents related to this procurement will be available electronically at the Internet site http://www.fbo.gov. Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). It is the offerors responsibility to monitor the site for release of the solicitation and any related documents. QUOTATIONS MAY BE SENT BY FACSIMILE IN ACCORDANCE WITH FAR CLAUSE 52.214-31. CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS - No. 01 - LIST OF CENTRIFUGE EQUIPMENT; No. 2 -ENTRY AND EXIT PROCEDURES OF CONTAINMENT BUILDINGS; No. 3 - SAFETY AND SECURITY INFORMATION The provision at 52-212-1, Instruction to Offerors - Commercial Items, applies to this acquisition and is amended as follows: Item (b) Submission of Offers is amended to include the following: The Offeror shall complete the - i. Standard Form 1449-Page 1: Blocks 12 and 17a; Page 2: Block 17b; Page 3: Blocks 30a, 30b and 30c; Page 6: Insert your price(s) in Section A.2 (inclusive of all option periods). ii. Provide Acknowledgment of amendments (if any). iii. Provide information required in the following Sections: B.7 ? Other Offeror?s Information; Evaluation Information (D.4 and D.5) and the Certifications and Other Statements of Offerors, Section D.6. Send or fax the above information to the USDA, ARS, North Atlantic Area, Contracting Office, 600 East Mermaid Lane, Wyndmoor, PA 19038. FAILURE TO SUBMIT THIS INFORMATION MAY RENDER THE OFFER NONRESPONSIVE FAR 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The following evaluation criteria are included in paragraph(a) of that provision: (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 capability of the item offered to meet the Government requirement; (ii) Past Performance; and (iii) Price. FAILURE TO PROVIDE THE INFORMATION RELATIVE TO EACH EVALUATION FACTOR MAY RENDER YOUR OFFER NON-RESPONSIVE. The Government intends to make an award based on the technically acceptable offer with the lowest evaluated price. 1. TECHNICAL CAPABILITY OF THE FIRM? will be based on the firm?s capability to perform the required services (See Sections A.6 and C.1-Attachment 1) and as evidenced with submission of Deliverables identified in Section C.1, Attachment 04, the Existing Condition Report (if applicable), Grounds Maintenance Schedule and Quality Control Plan. The maintenance schedule and quality control plan will be reviewed to determine if the contractor understands the work requirements, the staffing required to perform the work and capabilities for contract administration. All work shall be performed in a professional manner in accordance with standard industry practices. Each Offeror is required to submit descriptive literature or other documentation, warranty information for supplies and services to show how the offered services meet or exceed the requirement as specified in the Solicitation. 2. PAST PERFORMANCE- Past performance history may be based on the Contracting Officer?s knowledge of any previous history of this type of work, customer surveys or any other verifiable information available to the Contracting Officer. In order to be considered for a contract award, Contractors shall provide a list of three (3) contracts of a similar nature and complexity that were awarded within the past five (5) years or that is/are currently in force. Firms lacking in relevant past performance history shall receive a neutral evaluation for Past Performance. A neutral score could be considered less favorable than a favorable past performance. This information must be submitted with your offer. For each contract, list the following: a. Name, address, and telephone number of the contracting organization, the Contractor?s and Government Project Officers and Contracting Officers. b. Contract number, type, and dollar value. c. Date of contract and period of performance. d. Brief description of contract work, scope and responsibility. e. List any contract(s) terminated for convenience or default (partial or complete) within the past three (3) years. Include the contract number, name, address, and telephone number of the terminating officer. 3. PRICE- will be based on: 1. Labor, supervision, materials, shipping costs, delivery, taxes, warranties and discount terms. Offerors shall include a complete copy of the provision at FAR 52.212-3, Offeror/Representation and Certifications-Commercial Items, with the quotation or be registered in the ORCA and CCR systems. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR Clause 52.212-4 is amended to include the following clauses by reference: 1. Item (a) Inspection and Acceptance is amended to include the following: AGAR 452.246-70 INSPECTION AND ACCEPTANCE (FEB 1988). (a) The Contracting Officer or the Contracting Officer=s Technical Representative (TR) will inspect and accept the services and associated supplies provided under this contract. (b) Inspection and acceptance of the item shall be performed at: USDA, ARS, NAA (see Section C.1), PLUM ISLAND ANIMAL DISEASE CENTER (PIADC), PLUM ISLAND, NY. 2. Item (c) Period for acceptance of offers is amended to include the following: The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers. 3. Item (g) Invoice is amended to include the following: (a) To constitute a proper invoice, the invoice must include at a minimum the following information: 1. Name of business concern and invoice date; 2. Contract number; 3. Dun & Bradstreet Number (DUNS) No.; 4. Tax Identification Number (TIN); 5. Description, date of services performed, quantity of property and/or services actually rendered or delivered, unit price, and amount; 6. Payment terms;7. Name, title, phone number, and complete mailing address of responsible official to whom payment is to be sent. (b) The original invoice shall be submitted after deliveries are made and the invoice shall be mailed to: USDA, ARS, NAA, PIADC, P.O. BOX 848, GREENPORT, LI, NY 11944-0484, Attn: CLAIRE ANDERSON. 4. Item (i) Payments are amended to include the following: USDA, ARS requires all Contractor=s to be registered in the Central Contractor=s Registration (CCR) database for payments to be made through the Electronic Funds Transfer (EFT) Method. Also see FAR Clause 52.212-4, Item (t). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition and includes the following FAR clauses: 52.203-6, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-9, 52.225-1, 52.225-3 ALT1 and ALTII, 52.225-5, 52.225-13, 52.232-33, 52.232-36. ADDENDA TO FAR CLAUSE 52.212-5 - 52.204-4, 52.214-31, 52.214-34, 52.214-35, 52.216-02, 52.217-5, 52.217-6, 52.217-7, 52.217-8, 52.217-9, 52.223-5, 52.232-18, 52.232-19, 52.237-1, 52.237-2, 52.242-17, 52.245-4, 52.246-20, 52.247-34, 52.247-35 and AGAR 452.204-70. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (18-SEP-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USDA/ARS/NAAO/AG-3615-S-07-0015/listing.html)
- Place of Performance
- Address: USDA, ARS, NAA, PLUM ISLAND ANIMAL DISEASE CENTER, P.O. BOX 848, GREENPORT, LI, NY
- Zip Code: 11844
- Country: UNITED STATES
- Zip Code: 11844
- Record
- SN01410302-F 20070920/070919144132 (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 |