Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 04, 2013 FBO #4059
SOLICITATION NOTICE

J -- Annual Maintenance Plan (AB Genetic Analyzers)

Notice Date
1/2/2013
 
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
1112388
 
Archive Date
1/23/2013
 
Point of Contact
James Scott Rawls, Phone: 8705437540
 
E-Mail Address
james.rawls@fda.hhs.gov
(james.rawls@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. 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 1112388. 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) 2005-62, December 20, 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 in millions of dollars. This combined synopsis/solicitation is full and open. 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 January 8, 2013 to james.rawls@fda.hhs.gov, Fax (870) 543-7990, or mail to the U. S. Food and Drug Administration (FDA), OO/OFBA/OAGS/FOB, Attention of James "Scott" Rawls, 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 James "Scott" Rawls by e-Mail at james.rawls@fda.hhs.gov. Questions shall be submitted not later than 12:00pm CST on January 4, 2013. Background Statement Scientists at the FDA Center for Biologics Evaluation and Research (CBER), Facility for Biotechnology Resources (FBR), are engaging in many aspects of biomedical research and conducting product reviews relevant to food and drug efficacy and safety. Deoxyribonucleic Acid (DNA) manipulations including Polymerase Chain Reaction (PCR) amplification of gene fragments, vector construction for gene expression, and mutagenesis of gene sequences are some of the routine tasks undertaken at CBER on a daily basis. These activities provide critical information for the identification of viral strains involved in seasonal flu, viruses or microorganisms causing diseases, or mutations that are responsible for certain phenotypes threatening the health and well being of humans. Most of these DNA manipulations require sequence confirmation via DNA sequencing. Staff at FBR assists scientists in DNA sequencing endeavors using two Applied Biosystem's (AB) genetic analyzers, models 3130 and 3500. These two instruments are used almost every day to serve the needs of CBER scientists' research projects. Both instruments produce valuable sequence information that allows scientists to bring their project to the next level or to modify experimental strategies for improvement. To ensure this high-volume work, annual preventive maintenance (PM) and timely repairs of these analyzers are required. The establishment of a PM agreement with a vendor that has knowledge of hardware and software and spare parts for these instruments, as well as technical expertise in problem diagnosis and instrument repair, is therefore required. PM Requirements The FDA is soliciting quotes for a PM Agreement in support of the following two AB Genetic Analyzers: • AB 3500xL (serial # 22315-080) • AB 3130-16 (serial # 17214-012) The PM Agreement is for a one (1)-year base period, plus three (3) one (1)-year option periods for each analyzer-to include the following: • Maintenance, support, and repair expertise with Genetic Analyzer hardware and software (specific expertise with AB 3130 and 3500 models preferred) • One pre-scheduled on-site PM and diagnostic servicing visit for each Genetic Analyzer performed by an OEM-certified field services technician; replace parts as necessary to maintain the equipment in conformity with factory and lab testing specifications • Manufacturer's approved parts • Technician travel • Labor • Priority for emergency on-site repair services (4-hour phone response, 48-hour on-site response preferred) • Software and firmware updates • Standard commercial warranty on parts and workmanship • Unlimited priority telephone/e-mail technical support Monday through Friday (normal operating hours - holidays excluded) Item #1 Base Period 1-Year PM Agreement (AB 3500xL (serial # 22315-080) and AB 3130-16 (serial # 17214-012)) Performance Period: January 14, 2013 - January 13, 2014 Quantity: One - AB 3500xL (serial # 22315-080) Unit Price: _____________________ GSA Contract Number (if applicable): ________________________ Quantity: One - AB 3130-16 (serial # 17214-012) Unit Price: _____________________ GSA Contract Number (if applicable): ________________________ If the additional items beyond Item #1 base year have an increase in price, the Respondent must provide an explanation for the basis of each increase. Item #2 Option Period #1 1-Year PM Agreement (AB 3500xL (serial # 22315-080) and AB 3130-16 (serial # 17214-012)) Performance Period: January 14, 2014 - January 13, 2015 Quantity: One - AB 3500xL (serial # 22315-080) Unit Price: _____________________ GSA Contract Number (if applicable): ________________________ Quantity: One - AB 3130-16 (serial # 17214-012) Unit Price: _____________________ GSA Contract Number (if applicable): ________________________ Item #3 Option Period #2 1-Year PM Agreement (AB 3500xL (serial # 22315-080) and AB 3130-16 (serial # 17214-012)) Performance Period: January 14, 2015 - January 13, 2016 Quantity: One - AB 3500xL (serial # 22315-080) Unit Price: _____________________ GSA Contract Number (if applicable): ________________________ Quantity: One - AB 3130-16 (serial # 17214-012) Unit Price: _____________________ GSA Contract Number (if applicable): ________________________ Item #4 Option Period #3 1-Year PM Agreement (AB 3500xL (serial # 22315-080) and AB 3130-16 (serial # 17214-012)) Performance Period: January 14, 2016 - January 13, 2017 Quantity: One - AB 3500xL (serial # 22315-080) Unit Price: _____________________ GSA Contract Number (if applicable): ________________________ Quantity: One - AB 3130-16 (serial # 17214-012) Unit Price: _____________________ GSA Contract Number (if applicable): ________________________ FOB Destination - U.S. FDA/CBER/FBR, Room 204, Building 29, 29 Lincoln Drive, Bethesda, MD 20892. Contract Type - Commercial Item - Firm fixed price. Simplified procurement procedures will be utilized. An official authorized to bind the Offeror must sign the terms and conditions of the offer. Offerors that fail to furnish required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. System for Award Management (SAM) 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 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. For SAM assistance, please link to the following website address: https://www.sam.gov/portal/public/SAM/. The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items applies to this solicitation. 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 the purchase order to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government on a best value evaluation basis, 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 significantly more important when compared to price in determining the best value to the government; however, price remains a significant factor. Technical capability will be determined and evaluated by review of information submitted by the quoter, which must provide a description in sufficient detail to show that the service quoted meets the Government's requirements as addressed under the "Background" and "PM Requirements" sections of this combined synopsis/solicitation. Past Performance will be determined and evaluated by review of information submitted by the quoter and/or other sources of information (e.g., the Past Performance Information Retrieval System (PPIRS), etc.). Information submitted by the quoter should describe experience with the OEM equipment in general, and specifically, the instruments (hardware and software) to be maintained under this requirement; OEM supply chain experience; and experience providing PM in a lab environment. Price proposed must be detailed and represent the quoter's response to the schedule of services above. 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 this provision if the offeror has completed the annual representations and certifications electronically via https://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision. 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 52.204-7, Central Contractor Registration (Dec 2012). 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 four (4) years." FAR 52.232-99, Providing Accelerated Payment to Small Business Subcontractors (DEVIATION) (Aug 2012). The following HHSAR clauses apply to this acquisition and can be obtained at the following website - http://farsite.hill.af.mil/VFHHSAR1.htm: 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (JAN 2010); 352.223-70, Safety and Health (JAN 2006); 352.231-71, Pricing of Adjustments (JAN 2001); 52.242-71, Tobacco-Free Facilities (JAN 2006). All maintenance and repair activities (including warranty work) shall be accomplished in accordance with OEM specifications. 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 relieve 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. The provision at FAR 52.222-48, Exemption from application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification (Feb 2009), applies to this acquisition: (a) The offeror shall check the following certification: CERTIFICATION The offeror  does does not certify that- (1) The items of equipment to be serviced under this contract are used regularly for other than Government purposes, and are sold or traded by the offeror (or subcontractor in the case of an exempt subcontractor) in substantial quantities to the general public in the course of normal business operations; (2) The services will be furnished at prices which are, or are based on, established catalog or market prices for the maintenance, calibration, or repair of equipment. (i) An "established catalog price" is a price included in a catalog, price list, schedule, or other form that is regularly maintained by the manufacturer or the offeror, is either published or otherwise available for inspection by customers, and states prices at which sales currently, or were last, made to a significant number of buyers constituting the general public. (ii) An "established market price" is a current price, established in the usual course of trade between buyers and sellers free to bargain, which can be substantiated from sources independent of the manufacturer or offeror; and (3) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract are the same as that used for these employees and equivalent employees servicing the same equipment of commercial customers. (b) Certification by the offeror as to its compliance with respect to the contract also constitutes its certification as to compliance by its subcontractor if it subcontracts out the exempt services. If the offeror certifies to the conditions in paragraph (a) of this provision, and the Contracting Officer determines in accordance with FAR 22.1003-4(c)(3) that the Service Contract Act- (1) Will not apply to this offeror, then the Service Contract Act of 1965 clause in this solicitation will not be included in any resultant contract to this offeror; or (2) Will apply to this offeror, then the clause at 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements, in this solicitation will not be included in any resultant contract awarded to this offeror, and the offeror may be provided an opportunity to submit a new offer on that basis. (c) If the offeror does not certify to the conditions in paragraph (a) of this provision- (1) The clause in this solicitation at 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements, will not be included in any resultant contract awarded to this offeror; and (2) The offeror shall notify the Contracting Officer as soon as possible, if the Contracting Officer did not attach a Service Contract Act wage determination to the solicitation. (d) The Contracting Officer may not make an award to the offeror, if the offeror fails to execute the certification in paragraph (a) of this provision or to contact the Contracting Officer as required in paragraph (c) of this provision. (End of provision) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Nov 2012), applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.204-10, 52.209-6, 52.219-4, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-51, 52.223-18, 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/1112388/listing.html)
 
Place of Performance
Address: HHS/FDA/CBER/FBR, NIH Campus, Bldg. 29, Rm. 208, 29 Lincoln Dr., Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02957451-W 20130104/130102233701-070478cede3b2edf1864fcc11b7c59fe (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.