SPECIAL NOTICE
U -- Microscope Install, Upgrade and Maintenance - SF 1449 - Pricing Sheet
- Notice Date
- 2/26/2013
- Notice Type
- Special Notice
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Purchasing, 100 North 6TH Street, Butler Square, 5TH Floor, Minneapolis, Minnesota, 55403, United States
- ZIP Code
- 55403
- Solicitation Number
- AG-6395-S-13-0043
- Archive Date
- 4/1/2013
- Point of Contact
- Gloria J Benson, Phone: 612-336-3220
- E-Mail Address
-
Gloria.J.Benson@usda.gov
(Gloria.J.Benson@usda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Pricing Sheet - to be completed and submitted with offer. SF 1449 - To be completed and submitted with all offers (i) 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. FAR Part 13.5 authorizes the use of simplified procedures for this acquisition, including options. This announcement constitutes the only solicitation; quotations are being requested and a separate written request for quotation will not be issued. This combined synopsis/solicitation will result in a firm fixed-price service contract. (ii) The reference number is AG-6395-S-13-0043 and the solicitation is issued as a request for quote (RFQ). (iii) The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and Agriculture Federal Acquisition Regulations supplement (AGARs) can be accessed on the internet at http://www.arnet.gov/far and http://www.usda.gov/procurement /policy/agar.html. (iv) It is anticipated that a single award will be made but multiple awards will be considered. This is a 100% Small Business Set-Aside. The associated NAICS code for this effort is 811219 and small business size standard is $19.0 million. (v) REQUIREMENTS: This requirement consists of 2 (ONE) line items: Line Item 0001 - Install/configuration of new Nikon microscopes and microscope digital cameras, Equipment Upgrades for on-site microscopes, Maintenance (to include Inspection, Cleaning and Adjustment/alignment of dissecting and compound microscopes), and Physical inventory of on-site scientific configurations at up to (31) Plant Protection and Quarantine (PPQ) sites CONUS (within the Continental US) and OCONUS (Outside the Continental US). A list of contract line items (Price Schedule) is attached to this combined synopsis/solicitation provided. Pricing should include all cost associated with the completion of these requirements. The contractor shall be responsible to possess the tools, technical manuals/information and supplies to accomplish the upgrades and maintenance required by the Statement of Work. All service will be completed in the calendar year 2013 and 2014. (vi) The Scope of service required, Sites for installation and service as well as model of equipment for this requirement is provided below. Statement of Work (SOW) For RPIP Scientific Equipment Installation/Maintenance Program Title: PPQ Remote Pest Identification Program (RPIP) 1.0) Introduction/Background: This SOW provides the detail for tasking the contractor. The United States Department of Agriculture (USDA), Animal and Plant Health Inspection Service (APHIS), Plant Protection and Quarantine (PPQ), National Identification Service (NIS) requests the services of a contractor to install, and perform maintenance on, scientific equipment at PPQ CONUS (Continental US) and OCONUS (Outside of Continental US) sites. The Remote Pest Identification Program (RPIP) provisions and maintains scientific equipment configurations at PPQ Identifier and Non-Identifier sites. The RPIP equipment specifically contains: dissecting microscopes, compound microscopes, fiber-optic light sources and digital microscope cameras. The scientific configurations are used to support biological specimen identification for PPQ. 2.0) Objective: PPQ/RPIP requires the installation, and maintenance, of scientific equipment at the locations specified in section 5.3 to be completed in calendar year 2013 and 2014. 3.0) Scope: The contractor shall provide the following services: installation/configuration of new Nikon microscopes and microscope digital cameras, equipment upgrades for on-site microscopes, maintenance (to include inspection, cleaning, and adjustment/alignment of dissecting and compound microscopes) on-site scientific configurations at PPQ sites. Each location may have up to ten (10) scientific configurations. Refer to Attachment A: Site/Equipment listing for the new equipment that will be installed. 4.0) Definitions: 4.1) Typical Entomology/Botany Scientific Configuration components: 4.1.1) Dissecting Microscope (Nikon SMZ 1500 dual-objectives) 4.1.2) Compound Microscope (Nikon 80i with phase contrast) 4.1.3) Fiber-Optic Light Source(s) designated for dissecting microscope application (Schott-Fostec or Chiu Light Sources with dual stalk or ring attachments) 4.1.4) Microscope Digital Camera (DS-5 (2nd gen) 4.1.5) Configuration Support Workstation (Dell Optiplex 990), LCD Monitor (Dell Ultrasharp 2410), and APC UPS Back-UPS 1500 LCD 4.2) Typical Plant Pathology Scientific Configuration components: 4.2.1) Dissecting Microscope (Nikon SMZ 1500 dual-objectives) 4.2.2) Compound Microscope (Nikon 80i with Nomarski DIC (Differential Interference Contrast)) 4.2.3) Fiber-Optic Light Source(s) designated for dissecting microscope application (Schott-Fostec or Chiu Light Sources with dual stalk or ring attachments) 4.2.4) Microscope Digital Camera (DS-5 (2nd generation) 4.2.5) Configuration Support Workstation (Dell Optiplex 990), LCD Monitor (Dell Ultrasharp 2410), and APC UPS Pro 1500 4.3) Typical Non-Identifier Scientific Configuration components: 4.3.1) Dissecting Microscope (Nikon SMZ 1500 dual-objectives) 4.3.2) Fiber-Optic Light Source(s) designated for dissecting microscope application (Schott-Fostec or Chiu Light Sources with dual stalk or ring attachments) 4.3.3) Microscope Digital Camera (Nikon DS-5 (2nd generation) 4.3.4) Configuration Support Workstation (Dell Optiplex 990), LCD Monitor (Dell Ultrasharp 2410), and APC UPS Pro 1500 4.4) Identifier is a PPQ employee that is trained to perform biological specimen identifications in support of Domestic or Agriculture Quality Inspection (AQI) program activities. Usually, Identifier personnel specialize in Botany, Entomology or Plant Pathology disciplines. At single identifier sites the identifier will perform generalist functions to provide coverage for all three discipline areas. 5.0) General Requirements: 5.1) Official Hours of Operation The Contractor shall interface/work with PPQ personnel during the hours of 8:00 am and 4:30 pm local time. 5.2) Equipment Requirements The Contractor shall be responsible to possess the tools, technical manuals/information and supplies to carry out the aforementioned maintenance/upgrade tasks. 5.3) Geographic Locations The RPIP Program Maintenance activities will be conducted at the following locations during FY13 & FY14: FY 2013 FY2014 Nogales, AZ (3) Nogales, AZ (3) Los Angeles, CA (LAX)(6) Yuma, AZ (1) San Francisco, CA (5) Los Angeles, CA (LAX)(6) Aurora, CO (1) San Diego, CA (3) Wilmington, DE (1) Long Beach, CA (2) Ft. Lauderdale, FL (1) San Francisco, CA (5) Gainesville, FL (1) Miami, FL (10) Miami, FL (10) Guam (1) Orlando, FL (1) Honolulu, HI (6) Atlanta, GA (2) Chicago, IL (2) Idaho Falls, ID (1) Baltimore, MD (1) Indiana, IN (1) Beltsville, MD (7) Manhattan, KS (1) Gulfport, MS (1) New Orleans, LA (1) Linden, NJ (4) Boston, MA (1) Buffalo, NY (1) Beltsville, MD (7) Jamaica, NY (JFK) (5) Detroit, MI (1) Columbus, OH (1) Helena, MT (1) Philadelphia, PA (Nvyd) (1) Bismarck, ND (1) State College, PA (1) Linden, NJ (4) Charleston, SC (1) Las Cruces, NM (1) College Station, TX (1) Jamaica, NY (JFK) (5) El Paso, TX (2) Portland, OR (1) Harlingen, TX (1) Philadelphia, PA(Acad) (1) Houston, TX (4) Philadelphia, PA (RPIP) (4) Laredo, TX (3) Ponce, PR (1) Los Indios, TX (3) San Juan, PR (1) McAllen, TX (1) Corpus Christi, TX (1) Dallas, TX (2) Blaine, WA (1) Seattle, WA (3) Cheyenne, WY (1) 6.0) Performance Requirements: 6.1) Implementation Approach: This maintenance effort is PPQ-wide encompassing CONUS and OCONUS locations. Although, it is our intent to set up an initial schedule to guide our program activities, contractor, logistics and program constraints may alter the exact order of implementation. However, the project goal is to complete the maintenance within the calendar year specified in section 5.3. 6.2) Project Tasks: 6.2.1) Scientific Equipment Procurement (Government) 6.2.2) Scientific Equipment Logistics (Government) 6.2.3) Scientific Equipment Installation (Contractor) 6.2.4) Scientific Equipment Upgrades (Contractor) 6.2.5) Scientific Equipment Configuration/Alignment (Contractor) 6.2.6) End-User equipment orientation (Contractor) 6.3) Project Schedule: The project schedule will be a joint effort between RPIP and the contractor taking into consideration the following criteria: Geographic site location Vendor equipment delivery to RPIP's staging area. Site personnel availability 6.4) Contractor Tasks: The contractor shall install (new equipment and upgrade components to existing equipment), configure, inspect/clean/adjust scientific equipment (compound and dissecting microscopes), test and make all new and upgraded equipment "ready for use" (RFU). In addition, upon contract award, the contractor shall work with the RPIP personnel to develop a comprehensive implementation schedule. Note 1: The contractor will be responsible for travel arrangements and associated costs to the PPQ sites within the fixed price unit cost for each site. Note 2: All project-related documentation will be submitted in Microsoft Office product formats. Digital photographic images will be submitted in JPEG file format. 6.5) Period of Performance: Estimated Start Date for FY13: March 01, 2013 Estimated End Date for FY13: September 30, 2013 Estimated Start Date for FY14: March 01, 2014 Estimated End Date for FY14: September 30, 2014 7.0) Place of Performance: All work will be performed on-site at the PPQ CONUS and OCONUS sites. Typically, our office hours are 8:00 AM to 4:30 PM time zone specific. 8.0) Contractor Access to Government Facilities and Government Supplied Information: The government will: Provide access to the PPQ sites for the duration of the project. Insure that designated government personnel will be on-site during contractor work activities Maintain a project/implementation schedule with contractor participation Provide scientific/technical support and guidance to the contractor as needed for the project. 9.0) Invoice/Payment Procedures: The contractor shall submit monthly invoices that reflect task/work completion that occur within the month. 10.0) Government Contacts: Primary Contact: Backup & Scientific Equipment Logistics: Susan Ellis Clareann Cook USDA/APHIS/PPQ/RPIP USDA/APHIS/PPQ/RPIP US Customs House US Customs House 200 Chestnut Street, Rm 806 200 Chestnut Street, Rm 806 Philadelphia, PA 19106 Philadelphia, PA 19106 Phone: 215-238-1986 Phone: 215-923-2487 Fax: 215-923-2488 Fax: 215-923-2488 PRICE SCHEDULE NOTE TO OFFEROR/PRICE SCHEDULE 1. NOTE TO OFFEROR In order for an offeror to have a complete quotation package, the package must contain the following items: • A copy of this document with line item price and quote validity period completed. • Copy of a completed provision 52.212-3, Offeror Representations and Certifications-Commercial. • Past performance information (See Section (ix) of the combined synopsis/solicitation). Provide information of current or previous contracts/orders with other federal, state, local or private entities. Provide name, address, contact, number of months/years firm has provided products or like products to these entities. The Offeror Representations and Certifications, Schedule of items (Pricing Sheet) and past performance need to be sent to Attn: Gloria Benson at the email gloria.j.benson@aphis.usda.gov, address USDA, APHIS, MRPBS, Contracting, 100 North 6th Street, Suite 510C, Butler Square Building, Minneapolis, MN 55403 or fax number (612) 336-3550. If an offeror's quotation package does not contain all of the items listed above, the offeror's quote may be considered incomplete for evaluation purposes and no further consideration will be given to the offeror's quote, thereby making an offeror ineligible for award. 2. SUPPLIES OR SERVICES AND PRICES/COSTS: Item No Schedule of Supplies/Service Amount Base Year - 2013 0001 Install/Configure/Maintenance and Relocation of Microscopes per location as specified in the statement of work, Equipment Upgrades, Maintenance (inspection, cleaning and adjustment/alignment of dissecting and compound microscopes and Travel. Option Year - 2014 0002 Install/Configure/Maintenance and Relocation of Microscopes per location as specified in the statement of work, Equipment Upgrades, Maintenance (inspection, cleaning and adjustment/alignment of dissecting and compound microscopes and Travel. TOTAL: 1+2 $ I CERTIFY THIS QUOTE IS VALID FOR A PERIOD OF _________ DAYS. PRINTED NAME:_________________________ SIGNATURE:___________________ (NOTE: IF SUBMITTING PRICING ON OTHER THAN THIS FORM, PLEASE ATTACH YOUR PRICING TO THIS PAGE TO SUBMIT.) (vii) Delivery and Performance: Contractor will commence work under this contract as early as April 1, 2013, upon official notification from the Contract Officers Representative (COR). The fully burdened price of quotes submitted shall be all encompassing and include all cost associated with the completion of this service in accordance with the attached Statement of Work. The contractor will be responsible for travel arrangements and associated costs to the PPQ sites within the fixed price unit cost for each site. (viii) The provisions at 52.212-1, Instructions to Offerors - Commercial Items, apply to this solicitation. (ix) The provisions at 52.212-2, Evaluation - Commercial Items, apply to this solicitation. The Government will award a contract resulting form this solicitation to the responsible offeror whose offer conforming to the combined synopsis/solicitation will be most advantageous to the Government using the Tradeoff approach defined at FAR 15.101-1, which permits tradeoffs among cost or price and non-cost factors and allows the Government to accept other than the lowest priced quote. The following factors shall be used to evaluate offers: Technical Capability: (1) Experience with Nikon microscopes and microscope digital cameras, (2) Ability to assemble and disassemble Nikon microscopes and microscope digital cameras, (3) Ability to upgrade, clean, re-align and service Nikon microscopes and Digital camera microscopes. (4) Ability to meet the required service schedule and (5) Willingness to clean equipment. Past Performance: The offeror shall provide information for 3 (three) current or previous contracts/orders with other federal, state, local or private entities showing experience with requirements as those requested in this synopsis/solicitation. Provide name, address, contact information, number of months/years firm has provided services or like services to these entities. Technical capability and past performance, when combined are more important than price. (x) The provisions at 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this solicitation. The contractor shall either: (1) return a completed copy of this provision with its quote. A copy of the provision may be attained from http://www.arnet.gov/far; or (2) complete the Online Reps and Certs Application (ORCA) at http://www.bpn.gov and referenced in your quote. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) The clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders - Commercial Items, applies to this acquisition. The following FAR clauses identified as paragraph b of FAR 52.212-5 are considered checked and is applicable to this acquisition. 52-203.6, Restrictions on Subcontractor Sales to the Government, with Alternate 1; 52-219.8 Utilization of Small Business Concerns; 52-222-3, Convict Labor; 52-219.14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)); 52-222.19, Child Labor - Co-operation with Authorities and remedies; 52.222-21, Prohibition of Segregated Facilities; 52-222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.225-1; 52.225-13, Restrictions on Certain Foreign purchases. 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; (xiii) To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xv) All questions concerning this RFQ must be submitted in writing or faxed to (612) 336-3550 or emailed to gloria.j.benson@aphis.usda.gov. No telephonic response to this combined synopsis/solicitation will be accepted. Quotations are due at the USDA, APHIS-MRPBS-ASD Contracting Team, Butler Square West, 5th Floor, 100 North 6th Street, Minneapolis, MN 55403 no later than 1:00 pm Central Time on March 11, 2013. Faxing or emailing quotes is acceptable. (xvi) The assigned Contracting Officer is Gloria Benson. Ms Benson may be reached at gloria.j.benson@aphis.usda.gov, (612) 336-3220 or by fax, (612) 336-3554.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Purchasing/AG-6395-S-13-0043/listing.html)
- Place of Performance
- Address: CONUS/OCONUS, United States
- Record
- SN02996559-W 20130228/130226234740-6d226e8e4e77f1152a385a2120688e81 (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 |