SOLICITATION NOTICE
J -- PerkinElmer ELAN 6000 Service and Maintenance - Attachment 2 - Attachment 1
- Notice Date
- 9/22/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Environmental Protection Agency, Office of Acquisition Management, Region I, 5 Post Office Square, Suite 100, Boston, Massachusetts, 02109-3912, United States
- ZIP Code
- 02109-3912
- Solicitation Number
- PR-R1-11-00063
- Archive Date
- 10/12/2011
- Point of Contact
- Brandon T Williams, Phone: 6179181965
- E-Mail Address
-
williams.brandon@epa.gov
(williams.brandon@epa.gov)
- Small Business Set-Aside
- N/A
- Description
- Acquisition Requirements Document RFQ Response Form The Environmental Protection Agency is requesting a sole source quote from PerkinElmer for Service Maintenance for PerkinElmer equipment identified in Attachment 1, Acquisition Requirements document. This is a sole source solicitation under NAICS code 811219. T his 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; quotes are being requested and a written solicitation will not be issued. This solicitation is a request for quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. Period of performance is from 10/1/2011 - 9/30/2012 plus two (2) One-Year option periods. The EPA intends to award a purchase order as a result of the solicitation. Provide the following: Complete Attachment 2, RFQ Response Form, with firm fixed pricing for terms of service for the equipment listed in Attachment 1 to this solicitation. Submit quote via Email to Williams.Brandon@epa.gov no later than 3:00 p.m. EST on September 27, 2011. Clause List The following FAR and EPAAR clauses are incorporated by reference and are applicable to this solicitation and resulting contract: 52.252-2 -- Clauses Incorporated by Reference (Feb 1998 ) This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address(es): 1. http://farsite.hill.af.mil/; or 2. https://www.acquisition.gov/far/. INSTRUCTIONS TO OFFERORS – COMMERCIAL ITEMS (FAR 52.212-1) (JUNE 2008) OFFER REPRESENTATION AND CERTIFICATION FOR COMMERCIAL ITEMS FAR 52.212-3 (MAY 2011) CONTRACT TERMS AND CONDITIONS FOR COMMERCIAL ITEMS FAR 52.212-4 (JUN 2010) CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS FOR COMMERCIAL ITEMS FAR 52.212-5 (MAY 2011) The following clauses in this provision are applicable to this solicitation and the resulting contract: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Award (Jul 2010) 52.219-28 Post Award Small Business Program Representation (Apr 2009) 52.222-3 Convict Labor (June 2003) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Mar 2007) 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13 Restriction on Certain Foreign Purchases (Jun 2008) 52.232-33 Payment by Electronic Funds Transfer – Central Contractor Registration (Oct 2003) EPAAR 1552.217-77 Option To Extend the Term of the Contract Fixed Price (OCT 2000) The Government has the option to extend the term of this contract for 2 additional period(s). If more than 60 days remain in the contract period of performance, the Government, without prior written notification, may exercise this option by issuing a contract modification. To exercise this option within the last 30 days of the period of performance, the Government must provide to the Contractor written notification prior to that last 60 -day period. This preliminary notification does not commit the Government to exercising the option. Use of an option will result in the following contract modifications: (a) The Period of Performance will be amended as follows to cover the Base and Options Periods: If CLIN 1001 is exercised the period of performance is extended from 10/1/2011 - 9/30/2012 to 10/1/2011 - 9/30/2013. If CLIN 2001 is exercised the period of performance is extended from 10/1/2011 - 9/30/2013 to 10/1/2011 - 9/30/2014. (b) During the option period(s) the Contractor shall provide the services described below: Service Maintenance as stated in the attached requirements document. (End of provision) EPAAR 1552.211-79 Compliance with EPA Policies for Information Resources Management (OCT 2000) (a) Definition. Information Resources Management (IRM) is defined as any planning, budgeting, organizing, directing, training, promoting, controlling, and managing activities associated with the burden, collection, creation, use and dissemination of information. IRM includes both information itself, and the management of information and related resources such as personnel, equipment, funds, and technology. Examples of these services include but are not limited to the following: (1) The acquisition, creation, or modification of a computer program or automated data base for delivery to EPA or use by EPA or contractors operating EPA programs. (2) The analysis of requirements for, study of the feasibility of, evaluation of alternatives for, or design and development of a computer program or automated data base for use by EPA or contractors operating EPA programs. (3) Services that provide EPA personnel access to or use of computer or word processing equipment, software, or related services. (4) Services that provide EPA personnel access to or use of: Data communications; electronic messaging services or capabilities; electronic bulletin boards, or other forms of electronic information dissemination; electronic record-keeping; or any other automated information services. (b) General. The Contractor shall perform any IRM related work under this contract in accordance with the IRM policies, standards and procedures set forth in this clause and noted below. Upon receipt of a work request (i.e. delivery order or work assignment), the Contractor shall check this listing of directives (see paragraph (d) for electronic access). The applicable directives for performance of the work request are those in effect on the date of issuance of the work request. (1) IRM Policies, Standards and Procedures. The 2100 Series (2100–2199) of the Agency's Directive System contains the majority of the Agency's IRM policies, standards and procedures. (2) Groundwater Program IRM Requirement. A contractor performing any work related to collecting Groundwater data; or developing or enhancing data bases containing Groundwater quality data shall comply with EPA Order 7500.1A—Minimum Set of Data Elements for Groundwater. (3) EPA Computing and Telecommunications Services. The Enterprise Technology Services Division (ETSD) Operational Directives Manual contains procedural information about the operation of the Agency's computing and telecommunications services. Contractors performing work for the Agency's National Computer Center or those who are developing systems which will be operating on the Agency's national platforms must comply with procedures established in the Manual. (This document may be found at: http://basin.rtpnc.epa.gov/etsd/directives.nsf). (c) Printed Documents. Documents listed in (b)(1) and (b)(2) may be obtained from: U.S. Environmental Protection Agency Office of Administration Facilities Management and Services Division Distribution Section Mail Code: 3204 1200 Pennsylvania Ave., NW., Washington, DC 20460 Phone: (202) 260–5797 (d) Electronic access. A complete listing, including full text, of documents included in the 2100 Series of the Agency's Directive System is maintained on the EPA Public Access Server on the Internet at http://epa.gov/docs/irmpoli8/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/RegI/PR-R1-11-00063/listing.html)
- Place of Performance
- Address: 11 Technology Drive, North Chelmsford, Massachusetts, 01863-2431, United States
- Zip Code: 01863-2431
- Record
- SN02588461-W 20110924/110922235708-5d080eb2db164d768724f36c400d47cb (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 |