SOLICITATION NOTICE
J -- Service/Maintenance Agreement on an Inductively Coupled Plasma-Mass Spectrometer (ICP-MS) System
- Notice Date
- 10/1/2012
- 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, 3900 NCTR Road, HFT-320, Bldg 50 | Rm 421, Jefferson, Arkansas, 72079, United States
- ZIP Code
- 72079
- Solicitation Number
- 1111123
- Archive Date
- 10/30/2012
- Point of Contact
- Nicholas E Sartain, Phone: 870-543-7370
- E-Mail Address
-
nick.sartain@fda.hhs.gov
(nick.sartain@fda.hhs.gov)
- Small Business Set-Aside
- N/A
- 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. This requirement is being issued in conjunction with FAR Part 13 Simplified Acquisition Procedures, as applicable. The solicitation number is 1111123. 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) 2005-61 dated September 13, 2012. The associated North American Industry Classification System (NAICS) Code is-811219- Other Electronic and Precision Equipment Repair and Maintenance; Small Business Size Standard is $19.0 million and issued as full and open competition. The U.S. Food and Drug Administration (FDA), National Center for Toxicological Research (NCTR) requires a service agreement on an Inductively Couple Plasma-Mass Spectrometer (ICP-MS) system. Services are required for a base period of six months and three one-year options. Service Performance Requirements The service agreement will include the following: • Thermo Scientific Inductively Couple Plasma-Mass Spectrometer (ICP-MS) X Series System (S/N: SN01769C). The contractor shall meet the following performance requirements: • Shall include a minimum of one (1) planned preventative maintenance visit per year. • Unlimited on-site service/repair visits; • OEM-Certified maintenance and repair technicians shall perform all preventative maintenance, service and repairs; • Preventative maintenance, service and repairs shall include all labor, travel, and new OEM factory-certified replacement parts, components, subassemblies, etc. (except consumables); • Unlimited phone and email support from 8am to 5pm local time Monday through Friday; • On-site support should be supplied within three business days during local business hours. • Absolute adherence to and conformity with Original Equipment Manufacturer (OEM) specifications, manuals, bulletins, etc. in performing all preventative maintenance, services, and repairs • System software, firmware and hardware support and updates that are needed for reliability improvements and correction of any defects. • Service Records and Reports • Deliverables: Service Records and Reports The Contractor shall, commensurate with the completion of each service call or preventative maintenance visit, provide the end-user of the equipment and the Contracting Officer 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. Place of Performance Work shall be performed on-site at the location of the instrument: 3900 NCTR Road Jefferson, AR 72079 Period of Performance Base Period: November 5, 2012 through May 4, 2013. Option year 1: May 5, 2013 through May 4, 2014. Option year 2: May 5, 2014 through May 4, 2015. Option year 3: May 5, 2015 through May 4, 2016. Preventative maintenance, and repair visits shall not be scheduled during Federal Holidays or Federal Closures as determined by Executive Orders or WWW.OPM.GOV. Federal holidays are as follows: New Year's Day Martin Luther King, Jr. Washington's Birthday Memorial Day Independence Day Labor Day Columbus Day Veteran's Day Thanksgiving Day Christmas Day Schedule of Items: Base Period (6 Months): Service maintenance agreement as described above for the aforementioned Thermo Scientific Inductively Couple Plasma-Mass Spectrometer (ICP-MS) X series system (S/N: SN01769C) for the firm fixed price of $___________. Option Year 1: Service maintenance agreement as described above for the Thermo Scientific Inductively Couple Plasma-Mass Spectrometer (ICP-MS) X series system (S/N: SN01769C) for the firm fixed price of $__________. Option Year 2: Service maintenance agreement as described above for the Thermo Scientific Inductively Couple Plasma-Mass Spectrometer (ICP-MS) X series system (S/N: SN01769C) for the firm fixed price of $__________. Option Year 3: Service maintenance agreement as described above for the Thermo Scientific Inductively Couple Plasma-Mass Spectrometer (ICP-MS) X series system (S/N: SN01769C) for the firm fixed price of $__________. Total Price- Base Period and Option years 1 through 3: $____________. Contract clauses- FAR and HHSAR Clauses and Provisions incorporated by reference may be obtained at: FAR: https://www.acquisition.gov/far/ HHSAR: http://www.dhhs.gov/asfr/ogapa/acquisition/acquisitionpolicies.html The clause at 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 2012), applies to this acquisition. The following addenda have been attached to the clause. 52.204-4 Printed or Copied Double-Sided on Recycled Paper. (MAY 2011) 52.204-7 Central Contractor Registration. (FEB 2012) 52.217-8 Option to Extend Services (NOV 1999).... The Contracting Officer may exercise the option by written notice to the Contractor within 1 day of contract expiration. 52.217-9 Option to Extend the Term of the Contract (MAR 2000) (a)... within 1 day of contract expiration;.... at least 15 days before the contract expires... (c)...shall not exceed three years and six months. The following HHSAR clauses apply. 352.202-1 Definitions JAN 2006 352.203-70 Anti-Lobbying JAN 2006 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations OCT 2009 352.223-70 Safety and Health JAN 2006 352.231-71 Pricing of Adjustments JAN 2001 352.242-71 Tobacco-Free Facilities JAN 2006 The supplies and/or services delivered hereunder shall be inspected and accepted at destination by the contracting officer's representative (COR) specified at award. If the supplies or services are acceptable, the COR shall promptly forward a report of inspection and acceptance to the paying office. If the supplies or services are not acceptable, the COR shall document the nonconforming items/services and immediately notify the contracting officer. Contract Administration a. Contracting Officer/Contract Administrator Nick Sartain, Contracting Officer 3900 NCTR Road HFT-320 Jefferson, AR 72079 Phone: 870-543-7370 Email: nick.sartain@fda.hhs.gov b. Contractor's Point of Contact (Provide in proposal) Name: Phone: Email: c. Technical Point of Contact-Contracting Officer's Representative The following COR will represent the Government for the purpose of this contact: (To be completed at time of award) Name: Phone: Email: The COR is responsible for: (1) Monitoring the Contractor's technical progress, including the surveillance and assessment of performance and recommending to the Contracting Officer changes in requirements; (2) Interpreting the statement of work and any other technical performance requirements; (3) Performing technical evaluation as required; (4) Performing technical inspections and acceptances required by this contract; and (5) Assisting in the resolution of technical problems encountered during performance. The Contracting Officer is the only person with authority to act as agent of the Government under this contract. Only the Contracting Officer has authority to: (1) Direct or negotiate any changes in the statement of work; (2) Modify or extend the period of performance; (3) change the delivery schedule; (4) Authorize reimbursement to the Contractor any costs incurred during the performance of this contract; or (5) Otherwise change any terms and conditions of this contract. Invoice Submission Invoices shall be submitted to the attention of the designated Contract Specialist identified below and contain all necessary information per FAR 52.212-4 (g) in accordance with the following instructions. I. An original and two (2) copies shall be submitted to: Food and Drug Administration Nick Sartain 3900 NCTR Road Building 50, Room 422 Jefferson, AR 72079 Or electronically at nick.sartain@fda.hhs.gov II. One copy to the Contracting Officer Representative (COR) or other program center/office designee, clearly marked "courtesy copy only: To be completed at time of award. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (AUG 2012) applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 204-10, 209-6, 52.209-10, 52.219-4, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-51, 52.223-18, 52.225-3, 52.225-13, and 52.232-33. Solicitation provisions Contract Type: Commercial Item-Firm Fixed Price. The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items (FEB 2012) applies to this solicitation. The following addenda have been attached to this provision: Addendum Paragraph (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm until December 30, 2012. The provision at FAR 52.212-2 Evaluation-Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (i) Technical capability of the items/services offered to meet or exceed the Government's requirement. (ii) Past Performance (iii) Price. Technical and past performance, when combined, are significantly more important when compared to price in determining the best value to the government. If the PAG determines that competing technical proposals are essentially equal, the price factor becomes increasingly important and may become the determining factor in the source selection decision. Technical capability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the offeror has the capability to perform the required services which demonstrates knowledge of the requirement to meet the Government's scope of work. If other than the OEM, provide experience within the last 3 years of providing this type of service for the same brand of instruments. Include documentation of technical competency on the operation and repair of the Thermo Scientific Inductively Couple Plasma-Mass Spectrometer (ICP-MS) X series system. Such documentation should include certification from the original equipment manufacturer within the past calendar year. Past Performance Identify federal, state, local government, or private contracts for which the offeror has performed work similar to the requirement for the same brand of instruments. Provide name, telephone number, email address, contract number and description of services with dollar amount. The government is not responsible for locating or securing any information, which is not identified in the proposal however the Government reserves the right to obtain information for use in the evaluation from any and all sources including sources outside of the Government. Contractors shall include the firm's DUNS number with quote. (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. Offerors are afforded the opportunity to inspect the system prior to the due date of the solicitation 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. Price shall include any recertification fees. The government reserves the right to make an award without discussions. The Provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (APR 2012), applies to this acquisition. An offeror should complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at www.sam.gov. System for Award Management Registration In accordance with the with the Debt Collection Improvement Act of 1996, in order to be considered for an award of a Federal contract, the contractor must be registered in the System for Award Management (SAM), a free web site that encompasses the capabilities of the - Central Contractor Registry (CCR); Federal Agency Registration (Fedreg); Online Representations and Certifications Application (ORCA); Excluded Parties List System (EPLS); and the Catalog of Federal Domestic Assistance. If a new Contractor, you will need only your personal information to create an account in SAM. If a Contractor with an active record in CCR, you will not need to establish a SAM account. The CCR record transfers to become the active SAM account. (1) Definitions. "Registered in the SAM database" means that- (i) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, into the SAM database; (ii) The Contractor's CAGE code is in the SAM database; and (iii) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS), and has marked the record "Active". The Contractor will be required to provide consent for TIN Attachment, Page 1 of 4 validation to the Government as a part of the SAM registration process. "System for Award Management (SAM)" means the primary Government repository for prospective federal awardee information and the centralized Government system for certain contracting, grants, and other assistance related processes. It includes- (i) Data collected from prospective federal awardees required for the conduct of business with the Government; (ii) Prospective contractor submitted annual representations and certifications in accordance with FAR Subpart 4.12. [If unable to complete updated representations and certifications in SAM, the Contractor must complete a paper copy of their Representations and Certifications and submit it with their proposal]; and (iii) The list of all parties suspended, proposed for debarment, debarred, declared ineligible, or excluded or disqualified under the nonprocurement common rule by agencies, Government corporations, or by the Government Accountability Office. (2) The Contractor shall be registered in the SAM database prior to submitting an invoice and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. The SAM registration shall be for the same name and address identified on the contract, with its associated CAGE code and DUNS or DUNS+4. If indicated by the Government during performance, registration in an alternate system may be required in lieu of SAM. If the Contractor does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. A contractor may obtain a DUNS number- (i) Via the internet at http://fedgov.dnb.com/webform or if the contractor does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The contractor should indicate that it is a contractor for a U.S. Government contract when contacting the local Dun and Bradstreet office. (3) The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete. Updating information in the SAM does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. (4) Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls. If there is any difficulty in updating this record, contact the Federal Service Help Desk at www.fsd.gov or 866-606-8220 for SAM assistance. https://www.sam.gov/portal/public/SAM/ (End of Clause) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice. It is the offeror's responsibility to monitor the internet site for the release of an amendment to the combined synopsis/solicitation (if any). Offerors that fail to complete the required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. All responsible sources may submit an offer, which if timely received, shall be considered. The offer must reference solicitation number 1111123. The offers are due in person, by postal mail or email to the point of contact listed below on or before October 15, 2012 by 13:00 hours (Central Standard Time in Jefferson, Arkansas) at the Food and Drug Administration, OC/OA/OAGS, Attn: Nick Sartain, 3900 NCTR Road, HFT-320, Jefferson, AR 72079-9502. For information regarding this solicitation, please contact Nick Sartain at (870) 543-7370, FAX (870) 543-7990 or email nick.sartain@fda.hhs.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/1111123/listing.html)
- Place of Performance
- Address: 3900 NCTR Road, Jefferson, Arkansas, 72079, United States
- Zip Code: 72079
- Zip Code: 72079
- Record
- SN02905261-W 20121003/121001234524-4c1475bf76b5d33257b1d1ecbcc21549 (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 |