Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 03, 2013 FBO #4270
SOLICITATION NOTICE

J -- Service Contract for BD LSR Fortessa (SORP

Notice Date
8/1/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
NHLBI-CSB-(HL)-2013-092-DDC
 
Archive Date
8/20/2013
 
Point of Contact
Deborah - Coulter, Phone: (301) 435-0368
 
E-Mail Address
dc143b@nih.gov
(dc143b@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued." ii. The solicitation number is NHLBI-CSB-(HL)-2013-092-DDC and the solicitation is issued as a request for quotation (RFQ). iii. The resultant purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 2005-068. The total contracted dollar amount, including options will not exceed the simplified acquisition threshold. iv. The North American Industry Classification (NAICS) Code is 811219 and the business size standard is $19.0M. The market research conducted by the Government in FedBizOpps has determined that there are not two or more small businesses with the capabilities to satisfy this requirement. Therefore, there are no socio-economic set-aside restrictions for this requirement. This acquisition is being conducted in accordance with the procedures of FAR Part 12 Acquisition of Commercial Items. v. The National Heart, Lung and Blood Institute (NHLBI) Office of Acquisitions (OA) has a requirement for the Center for Human Immunology, (CHI) NHLBI, The Division of Intramural Research (DIR) to procure a service contract for BD LSR Fortessa (SORP). The statement of work is as follows: BACKGROUND INFORMATION: The National Institutes of Health (NIH) is the nation's leading medical research agency and the primary Federal agency conducting and supporting medical discoveries that improve people's health and save lives. The mission of the Center for Human Immunology (CHI) is cooperative research based on advanced technologies in order to efficiently translate enhanced understanding of immune function and path physiology to the clinic. The center is based on cooperative research, technologically driven with the goal of understanding human immunology, and addressing diseases that perturb this system. These studies aim to result in improved therapy of immune-medicated diseases and to derive important and offer unique biologic information from the study of ill human beings. The Center for Human Immunology/NHLBI/NIH requires a service contract agreement for a single Special Order Research Product (SORP) LSR Fortessa flow cytometer including five lasers, High Throughput Sampler (HTS vi. PURPOSE AND OBJECTIVES OF THE PROCUREMENT: The purpose of this requirement is to procure a Full onsite service agreement offer unlimited on-site repair visit, including parts, labor, and travel expenses during the service agreement coverage CONTRACTOR REQUIREMENTS: The Contractor will be responsible for the following task: The vendor shall provide the Government One (1) preventive maintenance inspection during each twelve month period, in conjunction with the superior equipments preventive maintenance inspection. One (1) PM kit must be provided, emergency replacement will be provided within two (2) working days; The use of new or like new parts will be at the discretion of the manufacturer, Unlimited telephone support for instruments, reagents and applications will be provided on the below system: • LSR Fortessa S/N H64717700044 • Sapphire 200 MW Blue LSR no S/N • Red Coherent Cube 637-150, LSR no S/N • COHR Compass GRN 315M-150 LSR no S/N • Laser Violet et 405-100 no S/N • Mode Lock UV 100 mW Opt no S/N • High Throughput Sampler S/N U64770100285 • Provide a letter from the manufacturer stating the company is an authorized reseller or can maintain the equipment GOVERNMENT RESPONSIBILITIES: A brief survey must be conducted in order to ensure the safety of the contractor's representative. This attempt is to ascertain and assess the risks associated with any potential exposure to hazardous materials or situations that may be encountered in the course of the service visit. The Government will make available to the manufacturer or authorized representative at no charge all diagnostic programs and documentation. The Government is required to give the manufacturer employees or representatives full and free access to all covered equipment. The Government will provide adequate storage space for parts and documentation and adequate working space, to include heat, light, ventilation, electric current and outlets for the use of the manufacturer employees and representative. The facility will be within a reasonable distance from the equipment to be serviced and shall be provided at no charge to the manufacturer. REPORTING REQUIREMENTS and DELIVERABLES: The vendor will provide remedial maintenance of malfunctioning covered equipment, which cannot perform within the vendor's published specifications. Remedial maintenance means providing service assistance via telephone, and/or by an on-site visit by the manufacturer field service engineer at the discretion to resolve instrument malfunctions. Such maintenance shall be furnished on a non-call basis within two (2) regular business days after receipt of notifications from the Governement. vii. Period of performance will consist of a base year of twelve months and two option periods of twelve months each. With the time frame of (9/21/2013-9/20/2016. The FOB Point is destination. Place of performance is NHLBI 10 Center Drive, Room 8C103, Bethesda Maryland 20892. viii. FAR clause 52.212-1, Instructions to Offerors - Commercial Items, is applicable to this requirement and is incorporated by reference. ix. FAR Clause 52.212-2, Evaluation - Commercial Items, is applicable to this requirement. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Contract shall meet all of the requirements outlined in the Statement of Work; 2. Past Performance: Experience of the organization as it pertains to the described requirement and past performance reports from previous contracts. Experience in similar projects describe in the Statement of Work. x. FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items, is applicable to this requirement, and is incorporated by reference. xi. FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items, is applicable to this requirement, and is incorporated by reference. xii. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items is applicable to this requirement, and the following clauses are incorporated by reference: FAR 52.204-10 (AUG 2012); FAR 52-219-4, Notice of Price Evaluation Preference for HUBZONE SMALL Business Concerns (JUL 2005); FAR 52.219-6, Notice to Small Business Set-Aside (NOV 2011); FAR 52.219-8, Utilization of Small Business Concerns (JAN 2011); FAR 52.219-13, Notice of Set-Aside of orders (NOV 2011); FAR 52.219-28 Post Award Small Business Program Representation (APR 2012); FAR 52.219-30 Notice of Set-Aside for Women-Owned Business (WOSB) Concerns Eligible Under the WOSB Program (APR 2012); Far 52.222-19, Child Labor - Cooperation with Authorities and Remedies (APR 2012); FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (MAR 2007); FAR 52.222-35, Equal Opportunity for Veterans (SEP 2010); far 52.223-18, ENCOURAGING Contractor Policies to Ban Text Messaging while Driving (AUG 2011);FAR 52.225-1, Buy American ACT - Supplies (FEB 2009); FAR 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (NOV 2012), with Alternate 1 (MAR 2012); FAR 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008); FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (OCT2003); and FAR 52.204-7, Central Contractor Registration (APR 2008). xiii. The Office of Management and Budget memorandum M-11-35, entitled, "Eliminating Conference Spending and Promoting Efficiency in Government," dated September 21, 2011; the Department of Health and Human Services (DHHS) memorandum entitled: "HHS Policy on Promoting Efficient Spending: Use of Appropriated Funds for Conferences and Meetings, Food, Promotional Items, and Printing, and Publications", dated January 3, 2012; and the NIH memorandum, entitled, "NIH Guidance Related to the HHS Policies on Promoting Efficient Spending: Use of Appropriated Funds for Conferences, Conference Grants and Meetings, Food, Promotional Items, and Printing and Publications", dated January 30, 2012, are applicable to this requirement. The directives specifically prohibit the use of contract funds for the provision of food for meals, light refreshments and beverages for any NIH funded meeting or conference; and limit the procurement of meeting space, promotional items, printing and publications with prior approval. The Contractor shall not use contract funds to conduct meetings or conferences without prior written Contracting Officer approval. xiv. There are no Defense Priorities and Allocations System (DPAS) assigned rating is applicable to this requirement. xv. Responses to this request for quotation are due on August 5, 2013 by 10:30 a.m. local time. The award will be made based on the lowest priced technically acceptable quote meeting the Government's requirements. The Government intends to evaluate quotes and award a contract without discussions with the Offerors. Therefore, the initial quote should contain the offeror's best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if later it is determined by the Contracting Officer to be necessary. The Government may reject any or all quotes, waive informalities and minor irregularities in quotes received. The Offeror's quote must include an itemized price lists of charges, complete description of services, complete address for invoice payment and purchase order delivery, prompt payment discount terms, the Dun & Bradstreet Number (DUNS), the taxpayer Identification Number (TIN) and certification of business size of the company. The offeror must also register in the Government's Contractor Registry System. Note: www.ccr.gov. The responses must reference "Solicitation number" NHLBI-CSB-(HL)-2013-092-DDC. All responsible sources may submit a quote which if timely received shall be considered by the agency. Quotes must be submitted in writing to the COAC Services Branch, Office of Acquisitions, Office of Management, National, Heart, Lung and Blood Institute (NHLBI), 6701 Rockledge Drive, Suite 6042, Bethesda, MD 20892-7902, quotations will only be accepted if dated and signed by an authorized company representative. Faxes are not accepted. xvi. For additional information contact Deborah Coulter by email at address coulterd@nhlbi.nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-CSB-(HL)-2013-092-DDC/listing.html)
 
Place of Performance
Address: NIH, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03135390-W 20130803/130802000653-c2e03fe2b2b7d9c2fb33547b64e3e199 (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.