Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 14, 2013 FBO #4220
SOLICITATION NOTICE

J -- Preventive Maintenance Service Agreement for a Zeiss Cell Observer Spinning Disk (SD) Confocal Microscope System - FDA-13-223-SOL-00085

Notice Date
6/12/2013
 
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
FDA-13-223-SOL-00085
 
Archive Date
7/12/2013
 
Point of Contact
Sondea R Blair, Phone: 8705437469
 
E-Mail Address
sondea.blair@fda.hhs.gov
(sondea.blair@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
FDA-13-223-SOL-00085 Combined Synopsis/Solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) format in Subpart 12.6 as applicable and in conjunction with FAR part 13.3 and 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 solicitation number is FDA_ 13-223-SOL-00085. 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) 2005-66, 01 April 2013. The associated North American Industry Classification System (NAICS) Code is- Code is 811219 - Other Electronic and Precision Equipment Repair and Maintenance; Small Business Size Standard $19 million in assets and this RFQ is issued as full and open competition. Background: The FDA's Center for Biologics and Evaluation Research (CBER) requires a Preventive Maintenance Service Agreement for a Zeiss Cell Observer Spinning Disk (SD) Confocal Microscope System inclusive of option year periods. Manufacturer: Carl Zeiss Microscopy, LLC. Zeiss ID Number: M206037, Serial Number 3834002485. CBER's confocal microscopy core facility has Zeiss Cell Observer SD Confocal Microscope System for live and fixed fluorescence cell imaging which is heavily used to analysis vast amounts of cell biological / molecular biological samples associate with various studies. The Zeiss Cell Observer SD Microscope System consists of: AxioObserver stand with Yokogawa CSU-X1 spinning disk scan head, TIRF slider module, UV and visible laser system, Photometrics eVOLV EMCCD camera, Zeiss Axiocam MRm camera and PECON environmental chamber which is required for live cell imaging. Requirements: -Minimum of one scheduled preventive maintenance visit annually inclusive of parts, travel, and labor expense -On-site scheduled and emergency service between normal business hours (M-F 8:00-5:00PM EST excluding holidays) inclusive of parts, travel, and labor expense -Immediate access to software updates upon availability -Applications support and training -Service to be conducted by OEM certified technicians with trouble-shooting capabilities based on the complete knowledge of the entire instrument. -OEM certified technicians shall have access to the manufacturers latest technical developments, repair procedures, applications, technical, and software updates -Service must cover entire Zeiss Cell Observer microscope system including all microscope parts and accessories as well as laser system, Yokogawa CSU-X1 Spinning disk scan head, Photometrics eVOLV EMCCD camera, MRm Axiocam camera, Zeiss TIRF slider module, PECON environmental chamber and related all parts and accessories. -Service shall include immediate access to technical applications, application support, and technical assistance from senior engineers capable if providing high-level expertise via telephone and email during normal business hours (M-F 8:00 - 5:00PM EST). Base Year Contract Period of Performance: (shall provide retroactive coverage) May 10, 2013 to May 9, 2014 Option Year One Preventive Maintenance Agreement Period of Performance: May 10, 2014 to May 9, 2015 Option Year Two Preventive Maintenance Agreement Period of Performance: May 10, 2015 to May 9, 2016 Option Year Three Preventive Maintenance Agreement Period of Performance: May 10, 2016 to May 9, 2017 Option Year Four Preventive Maintenance Agreement Period of Performance: May 10, 2017 to May 9, 2018 The offeror may provide information on multiple types of service agreements plans available and pricing of each. Place of Performance: Work shall be formed on-site at the location of the instrument: US Food and Drug Administration FBR/CBER Bldg 29, Room 500 8800 Rockville Pike Bethesda, MD 20892 Contract Clauses: The clause at 52.212-4, Contract Terms and Conditions - Commercial Items (Feb 2012), applies to this acquisition. The following addenda have been added: 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. Other Terms and Conditions Maintenance and Repair All maintenance and repair activities (including warranty work) shall be accomplished in accordance with Original Equipment Manufacturer (OEM) specifications. 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 following clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at https://www.acquisition.gov/far. FAR Clause 52.204-4 Printed or Copied Double-Sided on Recycled Paper. (MAY 2011) FAR Clause 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 60 months. The following HHSAR clauses apply and can be obtained at the following website: http://farsite.hill.af.mil/VFHHSAR1.htm 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 Facilitates JAN 2006 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. The Contracting Officer for this order is: Sondea Blair, Contracting Officer 3900 NCTR Rd HFT-320, Room 421 Jefferson, AR. 72079 Phone: (870) 543-7469 Email: sondea.blair@fda.hhs.gov 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 COR for this order is: shall be completed at time of award. Invoice Submission Invoices shall be submitted to the attention of the designated Contract Specialist identified above 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: FDA/OC/OA/OFO/OFS Attn: Division of Payment Services 3900 NCTR Road, HFT-324 Building 50, 6th floor, Suite 616 Jefferson, AR 72079 Phone: (870) 543-7446 Fax 870-543-7224 An electronic invoice can be emailed to the following address: nctrinvoices@fda.hhs.gov II. One copy to the Contracting Officer Representative (COR) or other program center/office designee, clearly marked as: Courtesy Copy Only: To be completed at time of award. Questions regarding invoice payments should be directed to the FDA payment office at phone or email: 870.543.7446 or nctrinvoices@fda.hhs.gov. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2013), 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, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-51, 52.225-3 Alt III, 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 applies to this solicitation. Addendum to Paragraph (b)(8) Representations and Certifications- In addition to completing the representations and certifications at FAR 52.212-3(b), the Contractor's quote shall also clearly show that the Contractor has selected the appropriate certification under FAR 52.222-48. Note: This solicitation is being issued under the premise that the Contractor will certify that the combination of equipment/service it will propose to fulfill this requirement is exempt from the Service Contract Act per the conditions set forth in FAR 52.222-48 & FAR 22.1003-4(c). If this is the case and the Contractor certifies that is exempt under the terms and conditions of 52.222-48, then clause 52.222-51 will flow per usual from this solicitation to the resulting order. In the event that a Contractor does not make this certification, traditional Service Contract Act clauses 52.222-41, and 52.222-43 shall be included in the resulting order award as well as Wage Determination WD 05-2103 (Rev.-12): http://www.wdol.gov/wdol/scafiles/archive/sca/94-2103.r12. Solicitations for Maintenance that does not also involve the purchase of equipment: Offerors are afforded the opportunity to inspect the system by contacting the Contract Specialist 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. 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 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) Price Technical Acceptability: Technical acceptability will be determined by review of information submitted by the quoter who must provide sufficient descriptive literature that unequivocally demonstrates that offered services meet the technical requirements as stated herein. Pricing: Offerors shall provide pricing, clearly delineating the applicable performance period. Prices shall be firm-fixed-price and shall not be subject to any further economic price increase beyond the initial price offered. 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). 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. The Government reserves the right to make an award without discussions. The Provision at FAR 52.212-3, Offerors Representations and Certifications-Commercial Items (DEC 2012), 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 https://www.sam.gov/portal/public/SAM/. 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. Respondents are responsible for delivery in person, by e-mail, fax, mail or other delivery method their complete proposal and any additional documents before 10:00 am (Central Standard Time - Local Prevailing Time in Jefferson, Arkansas) on June 27, 2013 to sondea.blair@fda.hhs.gov, Fax (870) 543-7990, or mail to the U. S. Food and Drug Administration, FDA/OO/OFBA/OAGS/DAP, Attention of Sondea Blair, 3900 NCTR Road, Building 50, Room 421 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 Sondea Blair by e-mail at sondea.blair@fda.hhs.gov. Questions regarding this solicitation will be accepted only via email and shall be submitted no later than 10:00 AM CST on June 20, 2013.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-13-223-SOL-00085/listing.html)
 
Place of Performance
Address: US Food and Drug Administration, FBR/CBER Bldg 29, Room 500, 8800 Rockville Pike, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03087899-W 20130614/130613000352-21ff10ad4e6140b4f99fba7f9e1770b2 (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.