Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2012 FBO #3903
SOLICITATION NOTICE

J -- Annual Preventative Maintenance/Validation and Full Repair Service Provided for a REES Electronic Centron Monitoring and Alarm System

Notice Date
7/30/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
1106156
 
Archive Date
8/21/2012
 
Point of Contact
Howard Nesmith, Phone: 870-543-7459
 
E-Mail Address
howard.nesmith@fda.hhs.gov
(howard.nesmith@fda.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) 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. The government intends to issue a Purchase Order in accordance with FAR PART 13.106 for the below requirement under Simplified Acquisition Procedures. The solicitation number is 1106156. This solicitation is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-60, July 26, 2012. The associated North American Industry Classification System (NAICS) Code is- 811219 - Other Electronic and Precision Equipment Repair and Maintenance; Small Business Size Standards is $19.0 in millions of dollars. This combined synopsis/solicitation is set-aside for Small Business. Respondents are responsible for delivery in person, by e-mail, fax, mail or other delivery method their complete proposal and any additional documents before 9:00 am (Central Standard Time - Local Prevailing Time in Jefferson, Arkansas) on August 6, 2012 to james.rawls@fda.hhs.gov, Fax (870) 543-7990, or mail to the U. S. Food and Drug Administration (FDA), OO/OFBA/OAGS, Attention of Howard Nesmith, 3900 NCTR Road, Jefferson, AR 72079-9502. PLEASE NOTE - The above contact information is for the Contracting Office and not necessarily the delivery address. The delivery address is indicated in the FOB Destination section below. When appropriate, Respondents should consult with delivery providers to determine whether their documents will be delivered prior to the scheduled time. For information regarding this solicitation, please contact Howard Nesmith by e-Mail at howard.nesmith@fda.hhs.gov. The Food and Drug Administration requires an annual preventative maintenance/validation and full repair service provided for a REES Electronic Centron Monitoring and Alarm System installed at U.S. Food and Drug Administration, 8800 Rockville Pike, Buildings 29, 29A and 29B, Lincoln Drive, Bethesda, MD 20892 Item #1 Annual Preventative Maintenance/Validation Monitoring 3 Nodes - (Consolidated Alarm Systems) Node 1 has serial numbers MX2-1533, MX2-1566, MX2-4254, MX2-1575, MX2-1522, MX2-1530, MX2-1521, MX2-1519 Node 2 has serial numbers MX2-1597, MX2-1517,MX2-1529, MX2-1606, MX2-1601, MX2-1605, MX2-1528, MX2-1094 Node 3 has serial numbers MX2-1699, MX2-1698, MX2-1707, MX2-1709, MX2-2169, MX2-2153, MX2-3529, The REES Electronic Centron Monitoring and Alarm System monitors temperatures of minus 80 degree Centigrade Freezers, Liquid Nitrogen Freezers, Cold Room Walk-in Freezers and Refrigerators and other equipment critical to the mission of the Food and Drug Administration. Scope of Work: Preventative Maintenance/Validation and Full Repair Service to be provided for the entire REES system which includes computers software programs touch screen monitors, electrical wiring, sensors and an annual maintenance/validation of the system and the sensors. The Offeror shall be solely responsible for the quality of their work. All work shall be completed by adhering to all Federal, EPA, State, Local City, County, NEC, NFPA and OSHA safety procedures and security rules and regulations. Statement of Work: The Offeror shall provide normal and/or emergency response service, Monday through Friday, between the hours of 8:00 am and 4:30 pm, on system and component failures to include all parts, materials, labor and travel time for a period of one year. Offeror shall provide a 4 hour on site response time. Technical support via phone, email, or web-base shall be available 24 hours per day, 7 days per week 365 days per year. Parts shall be available by overnight shipping to avoid excessive downtime. The system is comprised of three Nodes with a total capacity of 360 monitoring points, 23 remote panels, with three touch screen monitors. All parts shall be included in this contract to include but not limited to central processing units, thermistors, controllers (RTDs), electrical wiring, all remote panels, touch screen monitors, transformers, transducers, modems, power supplies, and software. Software and firmware updates and upgrades shall be included. On-site refresher training at the time the Preventative Maintenance is performed shall be included. All work performed shall be in accordance with the original equipment manufacturer's recommendations and guidelines. Offeror shall provide a 4 hour on site response time after receiving notification of the service call. Technicians shall have a minimum of two years experience performing maintenance and repairs to the REES Centron Monitoring System. In the event a new employees or trainees is dispatched to perform any service they shall work under the direct, on-site supervision of a fully trained Journeyman Level REES System Technician. The Service Technicians shall not handle or touch the materials in the freezers, walk-in boxes, or any other equipment that contain FDA research materials. Technicians shall notify the FDA Researcher responsible for the piece of equipment, prior to opening or entering the equipment for service on REES system components. The Technician shall consult with the FDA Researcher for the piece of equipment for safety precautions for entering the equipment. All replacement parts shall be new, Original Equipment Manufacturer. If new, OEM parts are not available; replacement parts must meet or exceed factory specifications. Offeror shall use NIST Traceable calibrated instruments and testing equipment when performing maintenance, testing, calibration and validation to the sensors and system. Period of Performance: August 10, 2012 - August 9, 2013 Total Annual System Price: _________________ (Inclusive of all parts, labor, travel, etc. necessary to perform the work herein.) GSA Contract Number (if applicable): ________________________ Item #2 Option Period #1 Annual Preventative Maintenance/Validation Period of Performance: August 10, 2013 - August 9, 2014 Total Annual System Price: _________________ (Inclusive of all parts, labor, travel, etc. necessary to perform the work herein.) Item #3 Option Period #2 Annual Preventative Maintenance/Validation Period of Performance: August 10, 2014 - August 9, 2015 Total Annual System Price: _________________ (Inclusive of all parts, labor, travel, etc. necessary to perform the work herein.) FOB Destination - U.S. Food and Drug Administration, 8800 Rockville Pike, Buildings 29, 29A and 29B, Lincoln Drive, Bethesda, MD 20892. Contract Type - Commercial Item - Firm fixed price. Simplified procurement procedures will be utilized. The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items applies to this solicitation. Addendum to FAR Clause 52.212-1: FAR 52.212-1(c) is amended to require the offer to hold their offer firm through 30 Sept. 2012. Offerors are afforded the opportunity to inspect the system by contacting the Contract Specialist/Contracting Officer identified herein to schedule an appointment. Failure to inspect the system will not relive the successful offeror from fully meeting the requirements of the resulting contract at the price offered. Service Records and Reports: The Contractor shall, commensurate with the completion of each service call (inclusive of warranty service), provide the end-user of the equipment with a copy of a field service report/ticket identifying the equipment name, manufacturer, model number, and serial number of the equipment being serviced/repaired and detailing the reason for the service call, a detailed description of the work performed, the test instruments or other equipment used to affect the repair or otherwise perform the service, the name(s) and contact information of the technician who performed the repair/service, and for information purposes, the on-site hours expended and parts/components replaced. In addition, the Contractor shall provide monthly reports to the FDA COR and Contract Specialist, not later that the 5th work day following the end of each month, summarizing all maintenance and repair activities (including warranty work) for the previous month; negative reports are required. In addition the Contractor shall provide reports of the Preventative Maintenance/Validation in the form of hard cover three ring note books with all information concerning the validation. This will include but is not limited to thermistor and probe readings before the validation and corrected values after the annual validation has been completed. All information concerning phone call lists shall be included in the validation records. The Contractor shall provide reports of the emergency and non emergency service calls. The provision at FAR 52.212-2 Evaluation-Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (1) of that provision are as follows: The Government will award an order to the responsible offeror whose offer, conforming to the solicitation, will be the most advantageous to the Government on price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability of the services offered to meet the Government's requirement. (ii) Past Performance. (iii) Price. Technical capability and past performance are equal in weight and when combined are more important than price. However, price will remain an important factor. Technical capability will be determined by review of information submitted by the quoter, which must provide a description in sufficient detail to show that the service ofered meet the Government's requirements and services and that only OEM certified parts and field service engineers will be utilized. Technical Evaluation Elements: - Offeror's Company shall be ISO 9001 Certified and provide Documentation. - Offeror's testing and measuring equipment and instruments shall be NIST traceable calibrated and proof of certification shall be submitted. - Offeror shall be an authorized REES Scientific Corporation Service Company. The Offeror shall provide notarized proof from the REES Corporation that their company has been authorized and certified to perform work on the REES Centron Monitoring System by the REES Corporation. - Offeror shall demonstrate the ability to provide a 4 hour on site response time. - Offeror shall demonstrate the ability to provide new REES Original Equipment Manufacturer parts and materials, or if new O.E.M. parts are not available, parts and materials must meet or exceed factory O.E.M. parts and materials. Past Performance Evaluation Elements: - Offeror shall provide at least three recent (within past 3 years) and relevant past performance references involving the maintenance and repair of REES Centron Monitoring Systems. The Government reserves the right to look to other sources of information (e.g., the Past Performance Information Retrieval System (PPIRS), etc.) to support past performance evaluations. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure information is available, vendors must furnish as part of their proposal all descriptive material necessary for the government to determine whether the service meets the technical requirements. Quotes shall include technical specifications, descriptive material, literature, brochures and other information corresponding to each minimum required item, which demonstrates the capabilities of the offeror. The Provision at FAR 52.212-3, Offerors Representations and Certifications-Commercial Items, applies to this acquisition. An offeror shall complete only paragraph (b) of the provision if the offeror has completed the annual representations and certification electronically at http://orca.bpn.gov. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda are incorporated by reference: FAR Clause 52.217-9, Option To Extend The Term Of The Contract. (Mar 2000): (a) "...within one (1) calendar day of contract expiration...at least 30 calendar days..." (b) "...shall not exceed three (3) years." The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (July 2012), applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.204-10, 52.209-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.223-16, 52.223-18, 52.225-3 Alt III, 52.225-13, and 52.232-33. Clauses and provisions incorporated by reference can be obtained at https://www.acquisition.gov/far.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/1106156/listing.html)
 
Place of Performance
Address: U.S. Food and Drug Administration, 8800 Rockville Pike, Buildings 29, 29A and 29B, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02819664-W 20120801/120730235122-ef1b93606572923ed5e0d987dd56a6d6 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.