SOLICITATION NOTICE
66 -- Automated Bench-Top Sample Preparation Station
- Notice Date
- 7/26/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, Centers for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000, Atlanta, Georgia, 30341-4146
- ZIP Code
- 30341-4146
- Solicitation Number
- 2012-N-14807
- Archive Date
- 8/24/2012
- Point of Contact
- Richard Jenkins, Phone: 7704882604, Richard Jenkins, Phone: 7704882604
- E-Mail Address
-
rjenkins@cdc.gov, rjenkins@cdc.gov
(rjenkins@cdc.gov, rjenkins@cdc.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- 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. This solicitation is a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-40. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 - Analytical Laboratory Instrument Manufacturing with a Standard Size of 500 employees. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. This is a RFP for the purchase of an Automated Bench-Top Sample Preparation Station. The Government intends to award a Firm Fixed-Price contract as a result of this solicitation that will include the terms and conditions that are set forth herein. SECTION B - SUPPLIES OR SERVICES AND PRICES/COSTS B.1. DESCRIPTION OF SUPPLIES & SERVICES B.1.1. The CDC's Division of Laboratory Sciences (DLS) has a requirement for the Acquisition of an automated bench-top sample preparation station for the laboratory which will use computer-controlled robotics and fully-integrated components to automatically and unattended carry out a user-defined pre-programmed process preparing diluted blanks, calibrators, and specimens required for analysis of urine specimens according to CDC laboratory method DLS 3018 (15 elements in urine by ICP-MS). B.1.2. Contract Type is Firm-Fixed Price. B.1.3. Pricing Terms - "CLIN defined by 0001 etc." means contract line item "UNIT PRICE" represents the amount to be paid to the contractor. CLIN SUPPLIES/SERVICES QTY/UNIT UNIT PRICE UNIT EXTENDED PRICE 0001 Automated Bench-Top Sample Preparation Station in accordance with the attached Statement of Work. Delivery Date:____________________ TOTAL AMOUNT :______________________ SECTION C - DESCRIPTION/SPECIFICATIONS/WORK STATEMENT C.1. BACKGROUND AND NEED: Food and Drug Administration (FDA) was recently granted statutory authority to regulate tobacco products, and is actively funding new research to better understand tobacco use, addiction, toxicity and disease. Toward this goal, FDA is planning the Population Assessment of Tobacco and Health (PATH), a nationally representative, longitudinal cohort study of 40,000 users of tobacco products and those at increased risk for tobacco use. PATH has funded CDC to quickly analyze urine metals (cadmium, cobalt, uranium, lead, strontium, beryllium, manganese, and thallium) in 10,000 specimens/yr for at least 5 yrs. This crucial and timely analysis requires improved laboratory automation so that CDC can help FDA to identify trends in tobacco use patterns, health outcomes and exposures to toxic and addictive chemicals. C.2. PROJECT OBJECTIVE: Acquire an automated bench-top sample preparation station for the laboratory which will use computer-controlled robotics and fully-integrated components to automatically and unattended carry out a user-defined pre-programmed process preparing diluted blanks, calibrators, and specimens required for analysis of urine specimens according to CDC laboratory method DLS 3018 (15 elements in urine by ICP-MS). The Government expects that the acquisition with result in fewer repetitive motion injuries for laboratory staff, greater sample preparation throughput for the laboratory than possible with current non-automated processes, no negative impact on the laboratory method's analytical accuracy or precision, and not compromising the specimen for current or future trace-elemental analysis (i.e. no metal contamination, no un-intended volume changes, no cross-contamination with other specimens). C.3. SCOPE OF WORK: The sample preparation station should allow a laboratorian to select a user-defined, fully-customizable sample preparation program to execute on a set of urine specimens which are initially placed on the station in racks of individual tubes. Each execution of the selected sample preparation program should require minimal input from the laboratorian at the outset of processing a batch of specimens and ideally no input in the middle of the sample preparation process so that sample preparation can take place unattended after normal work hours. C.4. TECHNICAL REQUIREMENTS - • Automated reading of up to 48 2D barcodes on the bottoms of tubes (rack formation) in 10 seconds or less (not including automated movement of rack of tubes to the scanner). • Automated decapping and recapping of 48 2mL (Nalgene 5000-0020) or 5mL (Nalgene 5000-0050) cryovials in 30 seconds (not including automated movement of rack of tubes to the decapper). Same caps should go back onto original vials. • Liquid level sensing of each vial providing individual channel vertical position control during pipetting steps. Liquid level sensing shall ensure proper position of tip in liquid during pipette step to avoid over-immersion (potential for inaccurate volume transfer due to dripping or tube overflowing) or under-immersion (potential for low volume transfer). Conductive pipette tips should not be used for this purpose due to concerns of trace element contamination of samples. Liquid level sensing approaches which require contact with the sample should not result in additional pipette tip washing or replacement. • Automated 8-channel liquid handling using disposable pipette tips capable of accurately and precisely transferring 10 - 1000uL of liquid in one transfer step (one movement of the arm between source and destination containers). Volume control on each tip should be independently controlled. Spacing between the pipette tips must automatically adjust to permit withdrawing liquid from tubes and dispensing into 24 - 96 position high-volume deep well plates. • Automated mixing of samples in the original tubes using multiple pick-up / dispense pipetting steps prior to liquid transfer. • Tip dispense chute(s) for pipette tips. • One solution tray or trough for sample diluent which auto-replenishes from a large capacity reservoir (3 - 4L). Tray or trough should be covered to minimize contamination and evaporation and should have accommodation for dedicated pipette tips to reduce consumables usage. Solution (acidic) should only come into contact with plastics (preferably polypropylene, polystyrene, polymethlypentane, or Teflon) to avoid trace-element contamination from glass or metal. • Automatic heat sealing of deep well plates (24-96 well) with non-metallic seals that will prevent cross-contamination among adjacent wells and help assure long term storage, low temperature storage, and permit piercing and resealing. • Storage of at least 12 high-volume 24-well deep-well microplates at 2-4°C. Storage area should be open for liquid handling or supplies (e.g. pipette tips) and should be easily accessed by a robotic arm to meet supply needs for an analytical method. • Computer controller and monitor • Further, laboratory space is limited and of a defined dimension requiring the footprint of the entire automated preparation station (apart from the computer controller and monitor) to be no deeper than 35 inches, no wider than 130 inches, and no taller than 48 inches. C.5. REPORTING SCHEDULE See deliverables table below in Part 3.9 - Deliverables. C.6. SPECIAL CONSIDERATIONS The company must provide: • Trained and well qualified technical and scientific staff • Prior knowledge and experience in repair and maintenance of CTC autosamplers (Combi-Pal, Twin-Pal, GC-Pal) and cooled trays • Ability to promptly respond to service calls per above in Technical Requirements • Ability to provide replacement of malfunctioning components within 24 hours. • Excellent written and oral communication skills in the English language C.7. GOVERNMENT FURNISHED PROPERTY There is no government furnished property. C.8. REFERENCES: CDC laboratory method DLS 3018 (attached file "Urine Multielement 3018_2011-1004.PDF") C.9. DELIVERABLES Sample preparation station should meet all technical requirements listed above within 20 weeks or 140 Days from receipt of order. SECTION D - PACKING, MARKING AND SHIPPING D.1. All deliverables required under this contract shall be packaged, marked and shipped in accordance with Government specifications. At a minimum, all deliverables shall be marked with the contract number and contractor name. D.2. The Contractor shall guarantee that all required materials shall be delivered in immediate usable and acceptable condition. SECTION E - INSPECTION AND ACCEPTANCE E.1. The Contracting Officer's Representative (COR) will perform inspection and acceptance of materials and services to be provided. E.2. For the purpose of this PART, (COR - to be determined upon contract award) is the authorized representative of the Contracting Officer. E.3. Inspection and acceptance will be performed at: the location identified in Part 6 below. Acceptance is communicated in writing unless otherwise indicated in writing by the Contracting Officer or the COR within 15 days of receipt. E.3.1. System maintenance shall be performed by an authorized service engineer at the CDC site. The maintenance of the laboratory instrument shall include a test of the equipment to ensure that it is fully functional before CDC accepts the delivery. E.4. CLAUSES INCORPORATED BY REFERENCE, FAR 52.252-2(FEB 1998) E.4.1. This contract incorporates the following clause(s) by reference, with the same force and effect as if it were given in full text. Upon request, the Contracting Officer will make its full text available. Also, the full text of a clause may be accessed electronically at this address: http://www.acquisition.gov/comp/far/index.html. E.4.2. FAR clause, 52.246-4 Inspection of Services-Fixed Price (Aug 1996) SECTION F - DELIVERIES OR PERFORMANCE F.1. DELIVERIES: 20 WEEKS OR 140 DAYS AFTER RECEIPT OF CONTRACT F.1.1. All deliveries on this contract should be shipped to CDC facilities located in Atlanta, GA. F.2. CLAUSES INCORPORATED BY REFERENCE, FAR 52.252-2 (FEB 1998) F.2.1. This contract incorporates the following clause(s) by reference, with the same force and effect as if it were given in full text. Upon request, the Contracting Officer will make its full text available. Also, the full text of a clause may be accessed electronically at this address: http://www.acquisition.gov/comp/far/index.html. F.2.2. FAR 52.247-35, F.O.B. Destination Within Consignees Premises (April 1984) SECTION G - CONTRACT ADMINISTRATION DATA G.1. GOVERNMENT REPRESENTATIVES G.1.1. Contracting Officer (CO) (Jul 1999) The Contracting Officer is the only individual who can legally commit the Government to the expenditure of public funds. No person other than the Contracting Officer can make any changes to the terms, conditions, general provisions, or other stipulations of this contract. No information, other than that which may be contained in an authorized modification to this contract, duly issued by the Contracting Officer, which may be received from any person employed by the United States Government, or otherwise, shall be considered grounds for deviation from any stipulation of this contract. (End of Clause) G.1.2. Contracting Officer's Representative (COR) (Sep 2009) Performance of the work hereunder shall be subject to the technical directions of the designated COR for this contract. As used herein, technical directions are directions to the Contractor which fill in details, suggests possible lines of inquiry, or otherwise completes the general scope of work set forth herein. These technical directions must be within the general scope of work, and may not alter the scope of work or cause changes of such a nature as to justify an adjustment in the stated contract price/cost, or any stated limitation thereof. In the event that the Contractor feels that full implementation of any of these directions may exceed the scope of the contract, he or she shall notify the originator of the technical direction and the Contracting Officer in a letter separate of any required report(s) within two (2) weeks of the date of receipt of the technical direction and no action shall be taken pursuant to the direction. If the Contractor fails to provide the required notification within the said two (2) week period that any technical direction exceeds the scope of the contract, then it shall be deemed for purposes of this contract that the technical direction was within the scope. No technical direction, nor its fulfillment, shall alter or abrogate the rights and obligations fixed in this contract. The Government COR is not authorized to change any of the terms and conditions of this contract. Changes shall be made only by the Contracting Officer by properly written modification(s) to the contract. The Government will provide the Contractor with a copy of the delegation memorandum for the COR. Any changes in COR delegation will be made by the Contracting Officer in writing with a copy being furnished to the Contractor. (End of Clause) G.2. INVOICE SUBMISSION G.2.1. Payment by Electronic Funds Transfer (Dec 2005) (a) The Government shall use electronic funds transfer to the maximum extent possible when making payments under this contract. FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration, in Section I, requires the contractor to designate in writing a financial institution for receipt of electronic funds transfer payments. (b) In addition to Central Contractor Registration, the contractor shall make the designation by submitting the form titled "ACH Vendor/Miscellaneous Payment Enrollment Form" to the address indicated below. Note: The form is either attached to this contract (see Section L - List of Attachments) or may be obtained by contacting the Contracting Officer or the CDC Financial Management Office at (404) 498-4050. (c) In cases where the contractor has previously provided such designation, i.e., pursuant to a prior contract/order, and been enrolled in the program, the form is not required unless the designated financial institution has changed. (d) The completed form shall be mailed after award, but no later than 14 calendar days before an invoice is submitted, to the following address: The Centers for Disease Control and Prevention Financial Management Office (FMO) P.O. Box 15580 Atlanta, GA 30333 Or - Fax copy to: 404-638-5342 (End of Clause) G2.2. CDCAG001 - Invoice Submission (Mar 2006) (a) The Contractor may submit the original invoice/voucher via email: Email: FMOAPINV@CDC.GOV FINANCIAL MANAGEMENT OFFICE Email: RJENKINS@CDC.GOV CONTRACT SPECIALIST Email: JHJ8@CDC.GOV COR (b) The Contractor is 1, is not 0 required to submit a copy of each invoice directly to the COR concurrently with submission to the Contracting Officer. (c) In accordance with 5 CFR part 1315 (Prompt Payment), CDC's Financial Management Office is the designated billing office for the purpose of determining the payment due date under FAR 32.904. (d) The Contractor shall include (as a minimum) the following information on each invoice: (1) Contractor's Name & Address (2) Contractor's Tax Identification Number (TIN) (3) Purchase Order/Contract Number and Task Order Number, if Appropriate (4) Invoice Number (5) Invoice Date (6) Contract Line Item Number and Description of Item (7) Quantity (8) Unit Price & Extended Amount for each line item (9) Shipping and Payment Terms (10) Total Amount of Invoice (11) Name, title and telephone number of person to be notified in the event of a defective invoice (12) Payment Address, if different from the information in (c)(1). (13) DUNS + 4 Number (End of Clause) SECTION H - SPECIAL CONTRACT REQUIREMENTS H.1. OBSERVANCE OF LEGAL HOLIDAYS AND ADMINISTRATIVE LEAVE (GOVERNMENT FACILITIES PERFORMANCE) (JAN 2000) (a) Holidays Government personnel shall observe the following listed days as holidays: Washington's Birthday Memorial Day Independence Day Labor Day Veterans' Day Thanksgiving Day Christmas Day New Year's Day Columbus Day Martin Luther King Jr. Day Any other day designated by Federal Statute Any other day designated by Executive Order Any other day designated by Presidential proclamation The Contractor shall observe the above holidays on the date observed by the Government. Observance of such days by Government personnel shall not "on its face" be cause for an additional period of performance, or entitlement of compensation except as set forth within the contract. Contractor employees performing duties within Government facilities are automatically relieved from duty by virtue of the fact that Government employees are dismissed early or given the day off, (with the exception of 24 hour/day service requirements). No form of holiday or other premium compensation will be reimbursed; however, this does not preclude reimbursement for authorized overtime work. (b) Unscheduled Facility Closures In the event the Government facilities are closed due to inclement weather, potentially hazardous conditions, and other special circumstances, contractor personnel assigned to work within those facilities are automatically dismissed. In this instance, the cost of salaries and wages for the period of any such excused absence may be charged in the same manner as the effected employee's regular time (direct cost for those employees whose salaries are normally a direct cost; indirect cost for those employees whose salaries are normally an indirect cost), provided that such charges are in accordance with the contractor's accounting system/policy. In each instance, the Contractor agrees to continue to provide sufficient personnel to perform round the clock requirements of critical tasks already in operation or scheduled, and shall be guided by the instructions issued by the Contracting Officer or his duly appointed representative. (End of Clause) SECTION I - CONTRACT CLAUSES I.1. CLAUSES INCORPORATED BY REFERENCE, FAR 52.252-2(FEB 1998) I.1.1. This contract incorporates the following clause(s) by reference, with the same force and effect as if it were given in full text. Upon request, the Contracting Officer will make its full text available. Also, the full text of a clause may be accessed electronically at this address: http://www.acquisition.gov/comp/far/index.html. I.1.2. 52.212-1 Instructions to Offerors-Commercial Items (Feb 2012) I.1.3. 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2012) I.1.4 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs (Feb 2012): 52.203-5 Covenant Against Contingent Fees (Apr 1984) 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) 52.203-7 Anti-Kickback Procedures (Jul 1995) 52.217-4 Evaluation of Options Exercised at Time of Contract Award (Jun 1988) 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644) 52.222-3 Convict Labor (Jun 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jul 2010) 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) 52.222-54 Employment Eligibility Verification (Jan 2009) 52.225-1 Buy American Act-Supplies (Nov 2011) 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) 52.232-33 Payment by Electronic Fund Transfer-Central Contractor Registration (Oct 2003) 52.233-2 Service of Protest (Sep 2006) 52.233-3 Protest after Award (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 52.243-1 Changes-Fixed Price (Aug 1987) I.1.5. 52.217-8 Option to Extend Services (NOV 1999); [written notice within 60 days] I.1.6. 52.217-9 Option to Extend the Term of the Contract (Mar 2000)[written notice within 60 days to exercise an Option; written notice within 60 days before the contract expires; contract shall not exceed 5 years] I.1.7. 352.202-1 Definitions (Jan 2006) I.1.8. 352.203-70 Anti-lobbying (Jan 2006) I.1.9. 352.222-70 Contactor Cooperation in Equal Employment Opportunity Investigations (2010) I.1.10. 352.223-70 Safety and Health (Jan 2006) I.1.11. 352.239-70 Standard for Security Configurations (Jan 2010) I.1.12. 352.239-71 Standard for Encryption Language (Jan 2010) I.1.13. 352.239-72 Security Requirements for Federal Information Technology Resources (Jan 2010) I.1.14. 352.242-71 Tobacco-free Facilities (Jan 2006) I.2. CDC CLAUSES IN FULL TEXT I.2.1 Non-Disclosure Agreement for Contractor and Contractor Employees (Mar 2006) (a) The contractor shall prepare and submit a Non-Disclosure Agreement (NDA) to the Contracting Officer prior to access of government information or the commencement of work at CDC. (b) The NDA made part of this clause, exhibit I and II, is required in service contracts where positions and/or functions proposed to be filled by contractor's employees will have access to non-public and procurement-sensitive information. The NDA also requires contractor's employees properly identify themselves as employees of a contractor when communicating or interacting with CDC employees, employees of other governmental entities (when communication or interaction relates to the contractor's work with the CDC), and members of the public. The Federal Acquisition Regulation (FAR) 37.114 (c), states "All contractor personnel attending meetings, answering Government telephones, and working in other situations where their contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public or Congress that they are Government officials, unless, in the judgment of the agency, no harm can come from failing to identify themselves. They must also ensure that all documents or reports produced by contractors are suitably marked as contractor products or that contractor participation is appropriately disclosed." (c) The Contractor shall inform employees of the identification requirements by which they must abide and monitor employee compliance with the identification requirements. (d) During the contract performance period, the Contractor is responsible to ensure that all additional or replacement contractors' employees sign a NDA and it is submitted to the Contracting Officer prior to commencement of their work with the CDC. (e) Contractor employees in designated positions or functions that have not signed the appropriate NDA shall not have access to any non-public, procurement sensitive information or participate in government meeting where sensitive information may be discussed. (f) The Contractor shall prepare and maintain a current list of employees working under NDAs and submit to the Contracting Officer upon request during the contract period of performance. The list should at a minimum include: contract number, employee's name, position, date of hire and NDA requirement. EXHIBIT I Centers for Disease Control and Prevention (CDC) Contractor Non-Disclosure Agreement I. Non-public Information [Name of contractor] understands that in order to fulfill the responsibilities pursuant to [Contract name and number] between the Centers for Disease Control and Prevention and [Name of CDC contractor] dated [date], employees of [contractor] will have access to non-public information, including confidential and privileged information contained in government-owned information technology systems. For purposes of this agreement, confidential information means government information that is not or will not be generally available to the public. Privileged information means information which cannot be disclosed without the prior written consent of the CDC. In order to properly safeguard non-public information, [contractor] agrees to ensure that prior to being granted access to government information or the commencement of work for the CDC, whichever is applicable, all employees will sign a Non-Disclosure Agreement (NDA) provided by the CDC prior to beginning work for the CDC. Contractor agrees to submit to the contracting official the original signed copies of NDAs signed by the contractor's employees in accordance with the instructions provided by the contracting official. Failure to provide signed NDAs in accordance with this agreement and instructions provided by the contracting official could delay or prevent the employee from commencing or continuing work at the CDC until such agreement is signed and returned to the contracting official. Contractor further agrees that it will not cause or encourage any employee to disclose, publish, divulge, release, or make known in any manner or to any extent, to any individual other than an authorized Government employee any non-public information that the employee may obtain in connection with the performance of the employee's responsibilities to the CDC. II. Procurement-Sensitive Information Contractor further agrees that it will not cause or encourage any employee to disclose, publish, divulge, release, or make known in any manner or to any extent, to any individual, other than an authorized Government employee, any procurement-sensitive information gained while in connection with fulfilling the employee's responsibilities at the CDC. For purposes of this agreement, procurement-sensitive information includes, but is not limited to, all information in Statements of Work (SOW), Requests for Contract (RFC), and Requests for Proposal (RFP); Responses to RFPs, including questions from potential offerors; non-public information regarding procurements; all documents, conversations, discussions, data, correspondence, electronic mail (e-mail), presentations, or any other written or verbal communications relating to, concerning, or affecting proposed or pending solicitations or awards; procurement data; contract information plans; strategies; source selection information and documentation; offerors' identities; technical and cost data; the identity of government personal involved in the solicitation; the schedule of key technical and procurement events in the award determination process; and any other information that may provide an unfair competitive advantage to a contractor or potential contractor if improperly disclosed to them, or any of their employees. Contractor understands and agrees that employee access to any procurement-sensitive information may create a conflict of interest which will preclude contractor from becoming a competitor for any acquisition(s) resulting from this information. Therefore, if an employee participates in any discussions relating to procurement-sensitive information, assists in developing any procurement-sensitive information, or otherwise obtains any procurement-sensitive information during the course of performing duties at the CDC, contractor understands and agrees that contractor are be excluded from competing for any acquisition(s) resulting from this information. III. Identification of Non-Government Employees Contractor understands that its employees are not agents of the Government. Therefore, unless otherwise directed in writing by the CDC, contractor agrees to assist and monitor employee compliance with the following identification procedures: A. At the beginning of interactions with CDC employees, employees of other governmental entities, members of the public, or the media (when such communication or interaction relates to the contractor's work with the CDC), contractors' employees will identify themselves as an employee of a contractor. B. Contractors' employees will include the following disclosures in all written communications, including outgoing electronic mail (e-mail) messages, in connection with contractual duties to the CDC: Employee's name Name of contractor Center or office affiliation Centers for Disease Control and Prevention C. At the beginning of telephone conversations or conference calls, contractors' employees will identify themselves as an employee of a contractor. D. Contractors should not wear any CDC logo on clothing, except for a CDC issued security badge while carrying out work for CDC or on CDC premises. The only other exception is when a CDC management official has granted permission to use the CDC logo. E. Contractors' employees will program CDC voice mail message to identify themselves as an employee of a contractor. I understand that federal laws including, 18 U.S.C. 641 and 18 U.S.C. 2071, provide criminal penalties for, among other things, unlawfully removing, destroying or converting to personal use, or use of another, any public records. Contractor acknowledges that contractor has read and fully understands this agreement. Name of contractor: ___________________________________ Signature of Authorized Representative of Contractor:_________________________________ Date:________________ Copies retained by: contracting official and contractor EXHIBIT II Centers for Disease Control and Prevention (CDC) Contractors' Employee Non-Disclosure Agreement I. Non-Public Information I understand that in order to fulfill my responsibilities as an employee of [Name of CDC contractor], I will have access to non-public information, including confidential and privileged information contained in government-owned information technology systems. For purposes of this agreement, confidential information means government information that is not or will not be generally available to the public. Privileged information means information which cannot be disclosed without the prior written consent of the CDC. I [Name of Employee], agree to use non-public information only in performance of my responsibilities to the CDC. I agree further that I will not disclose, publish, divulge, release,or make known in any manner or to any extent, to any individual other than an authorized Government employee, any non-public information that I may obtain in connection with the performance of my responsibilities to the CDC. II. Procurement-Sensitive Information I further agree that unless I have prior written permission from the CDC, I will not disclose, publish, divulge, release, or make known in any manner or to any extent, to any individual other than an authorized Government employee, any procurement-sensitive information gained in connection with the performance of my responsibilities to the CDC. I specifically agree not to disclose any non-public, procurement-sensitive information to employees of my company or any other organization unless so authorized in writing by the CDC. For purposes of this agreement, procurement-sensitive information includes, but is not limited to, all information in Statements of Work (SOW), Requests for Contract (RFC), and Requests for Proposal (RFP); Responses to RFPs, including questions from potential offerors; non-public information regarding procurements; all documents, conversations, discussions, data, correspondence, electronic mail (e-mail), presentations, or any other written or verbal communications relating to, concerning, or affecting proposed or pending solicitations or awards; procurement data; contract information plans; strategies; source selection information and documentation; offerors' identities; technical and cost data; the identity of government personal involved in the acquisition; the schedule of key technical and procurement events in the award determination process; and any other information that may provide an unfair competitive advantage to a contractor or potential contractor if improperly disclosed to them, or any of their employees. I understand and agree that my access to any procurement-sensitive information may create a conflict of interest which will preclude me, my current employer, or a future employer from becoming a competitor for any resulting government acquisition derived from this information. Therefore, if I participate in any discussions relating to procurement-sensitive information, assist in developing any procurement-sensitive information, or otherwise obtain any procurement-sensitive information during the course of performing my duties at the CDC, I understand and agree that I, my current employer, and any future employer(s) are excluded from competing for any resulting acquisitions. III. Special Non-Disclosure Clause for Contractors with Access to CDC Grants Management and Procurement-Related Information Technology Systems In addition to complying with the non-disclosure requirements and safeguards stated above, I understand that my authorization to use CDC's grants management and procurement systems is strictly limited to the access and functions necessary for the performance of my responsibilities to the CDC and which have been approved in advance by the CDC. I understand that I am not authorized to enter procurement requests for any requirements pertaining to contracts or subcontracts held by me or my employer. IV. Identification as a Non-Government Employee I understand that as an employee of a government contractor, I represent an independent organization and I am not an agent of the Government. Therefore, I agree that unless I have prior written authorization from the CDC, I will, at the beginning of interactions with CDC employees, employees of other governmental entities, members of the public, or the media (when such communication or interaction relates to the contractor's work with the CDC), identify myself as an employee of a contractor. I further agree to use the following identification procedures in connection with my work at the CDC: A. I will include the following disclosures in all written communications, including outgoing electronic mail (e-mail) messages: Employee's name Name of contractor Center or office Affiliation Centers for Disease Control and Prevention B. I will identify myself as an employee of a contractor at the beginning of telephone conversations or conference calls; C. I will not wear any CDC logo on clothing, except for a CDC issued security badge while carrying out work for CDC or on CDC premises; the only other exception is when a CDC management official has granted permission to use the CDC logo. D. I will program my CDC voice mail message to identify myself as a contractors' employee. I understand that federal laws including, 18 U.S.C. 641 and 18 U.S.C. 2071, provide criminal penalties for, among other things, unlawfully removing, destroying or converting to personal use, or use of another, any public records. I acknowledge that I have read and fully understand this agreement. Name of contractor: ___________________________________ Name of Employee:___________________________ Signature of Employee:_________________________________ Date:________________ Copies retained by: contracting official, contractor, and Employee (End of Clause) SECTION J - LIST OF ATTACHMENTS • Attachment 1 - ACH Form SECTION K - REPRESENTATION, CERTIFICATIONS AND OTHER STATEMENT OF OFFERORS K.1 Offer shall include a completed copy of the provision at FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items (See Section I). SECTION L - INSTRUCTIONS TO THE OFFERORS L.1. CLAUSES INCORPORATED BY REFERENCE, FAR 52.252-1(FEB 1998) L.1.1. Solicitation Provisions Incorporated by Reference (Feb 1998) 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 this/these address(es): http://www.acquisition.gov/comp/far/index.html. L.1.2. FAR clause, 52.212-1 Solicitation Provisions Incorporated by Reference (Feb 1998); [NAICS Code: 334516] L.1.3. The proposal shall be submitted electronically via e-mail to the Contract Specialist at rjenkins@cdc.gov before 4:30 pm (1630) EASTERN TIME on 09 August 2012. L.1.4. QUESTIONS DEADLINE: All questions shall be received by email (rjenkins@cdc.gov) before 4:30 pm (1630) EASTERN TIME on 31 July 2012. L.1.5. All email responses to this notice must identify the RFP# in the subject line of the email. L.1.6. FAXED OR MAILED PROPOSALS AND/OR QUESTIONS WILL NOT BE CONSIDERED. L.1.7. For solicitation information call: Richard Jenkins, Contract Specialist, at rjenkins@cdc.gov:. L.2. PROPOSAL FORMAT L.2.1. Proposal Preparation - The technical proposal shall include a detailed description of the requirement. A successful technical proposal shall include the affirmation of the offer price (s); a Point Of Contact (name, title, email address and telephone number); a statement from the offeror verifying that they are CCR Registered under NAICS code 334516; delivery date; business size; payment terms, and the reference list for Past/Present Performance. The technical proposal shall be submitted in a file labeled "Volume 1 - Technical". The price information shall be contained in a file labeled "Volume 2 - Price". L.2.2. Technical Capability Contents - The offeror shall provide documentation (e.g., technical brochure, explanation, or any other supporting documentation) that they are an authorized manufacturer distributer/reseller. The Offeror shall demonstrate that they have manufacturer certified technical personnel to built the Preparation Station so that it does not void the manufacturer's warranty. The Offeror shall demonstrate that they have manufacturer certified technical personnel to handle and respond to technical questions from CDC via phone, email or internet. Volume 1 - Technical shall not exceed 35 pages including cover letters, table of contents, appendices and attachments. Offerors who submit more than 35 pages will be considered as being nonresponsive and the proposals will not be considered for award. L.2.3. Price Contents- The offeror shall submit a complete pricing matrix as indicated in Section B.1.3. Any Technical or Past/Present Performance information placed within Volume 2 - Price will not be evaluated. L.2.4. Past/Present Performance Contents: The offeror shall provide a Past/Present Performance reference list. The reference list should contain the contact information (Company Name and Address, Point of Contact (POC) Name, POC email address and phone number) for at least 3 companies the offeror currently or previously performed similar services under a contract within the past 5 years. This information be included as part of "Volume 1 - Technical". Contractor's Past/Present Performance Questionnaire shall be sent to the companies identified requesting that the Company return the Questionnaires to the Contract Specialist, Richard Jenkins at rjenkins@cdc.gov with the RFP# 2012-14807 identified in the subject line of the email. SECTION M - EVALUATION FACTORS/CRITERIA FOR AWARD M.1. EVALUATION FACTORS M.1.1. Factor 1: Technical Capability M.1.1.1. The offeror has documented that they are an authorized manufacturer distributer/reseller. M.1.1.2. The offeror must be able to demonstrate/describe in their proposal: • Staff qualifications and experience in customizing automated a Bench-top Sample Preparation Station. • Ongoing training efforts to ensure that staff members are knowledgeable regarding latest updates or modifications to automated sample preparation stations and are familiar with correcting issues most frequently reported from the field. • The offeror has the ability to possess certified technical personnel to repair the laboratory equipment so that it does not void the manufacturer's warranty. • The offeror has the ability to possess certified technical personnel to handle and respond to technical questions from CDC via phone, email or internet. M.1.2. Factor 2: Price M.1.2.1 Unrealistically low or high proposed costs or prices, initially or subsequently, may be grounds for eliminating a proposal from competition, either on the basis that the offeror does not understand the requirement, or has made an unrealistic proposal. The burden of proof for credibility of proposed cost/prices rests with the offeror. M.1.2.2. The type of contract will be Firm Fixed-Price M.1.2.3. The Government will evaluate offers for award purposes by adding the total price to for the requirement. M.1.3. Factor 3: Past/Present Performance M.1.3.1 Past/Present Performance Questionnaire received will be considered. M.1.3.2 The government will not consider references for work occurring before the 5-year period. M.2. EVALUATION FOR AWARD: M.2.1. 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. M.2.2. Technical and past performance, when combined, are considered to be less important than price. M.2.3. The Government will review the proposal to ensure technical capability in accordance with the requirements in Section M.1. - Evaluation Factors. M.2.4. CDC intends to make an award soon after the response date of this notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/PGOA/2012-N-14807/listing.html)
- Place of Performance
- Address: SEE DESCRIPTION, CHAMBLEE, Georgia, 30341, United States
- Zip Code: 30341
- Zip Code: 30341
- Record
- SN02816494-W 20120728/120727000033-e1e10158fc868c01ecacc8555c54a90c (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 |