SOLICITATION NOTICE
J -- SERVICE CONTRACT
- Notice Date
- 9/4/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, Nat'l Institute of Diabetes, Digestive, & Kidney Diseases, 2 Democracy Plaza, Suite 700W, 6707 Democracy Blvd., MSC 5455, Bethesda, Maryland, 20892-5455
- ZIP Code
- 20892-5455
- Solicitation Number
- NIHLM2013820
- Archive Date
- 9/24/2013
- Point of Contact
- V. Lynn Griffin, , MAXWELL KIMPSON,
- E-Mail Address
-
griffinv@mail.nih.gov, Max.Kimpson@nih.gov
(griffinv@mail.nih.gov, Max.Kimpson@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- F edBizOpps Announcement Commercial Item Acquisition - Competitive (12-09-08) Professional Acquisition Support Services General Information Document Type: Combined Synopsis/Solicitation Solicitation Number: NIHLM2013820 Posted Date: September 4, 2013 Response Date: September 9, 2013 Classification Code: J - Maintenance NAICS Code: 811219 - Repair and Maintenance Contracting Office Address Department of Health and Human Services, National Institutes of Health, National Library of Medicine, 8600 Rockville Pike, Bethesda, MD, 20894 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format under Simplified Acquisition Procedures at Federal Acquisition Regulation (FAR) Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items; and FAR Subpart 13.5, Test Program for Certain Commercial Items; 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 solicitation is being issued as Request for Quotations (RFQ) NIHLM2013820. This solicitation document incorporates provisions and clauses that are in effect in the March 2005 Federal Acquisition Regulation (FAR) Revision, including all FAR Circulars issued as of the date of this synopsis. This acquisition IS a 100% small business set-aside and the North American Industry Classification System (NAICS) code is 811219. The National Institutes of Health (NIH) National Institute of Diabetes and Digestive and Kidney Diseases is conducting a market survey to determine the availability and technical capability of qualified small business, veteran-owned small business, service-disabled veteran-owned small business or HUBZone small businesses capable of providing a maintenance agreement: BH009210 Cryoplatform.. Services to be performed : The company will provide a qualified technician to perform maintenance as needed on instrumentation. BH025403 900 MHz, BH077707 499 MHz, BH046704 500 MHz, BH030703 600 MHz, BH027603 500 MHz, BH046604 600 MHz, BH046504 600 MHz, BH085801 600 MHz, BH009210 800 MHz, BH009310 600 MHz, Location where services will be performed : The instrumentation where work will be performed is located in various NIDDK laboratories and buildings. Period of Performance : Period of Performance will be for one year from date of purchase order. How the service will be performed : The consolidated annual maintenance contract for the following NIDDK CryoPlatform systems shall include the annual overhaul of this equipment (as specified under the CryoPlatformTM Annual Maintenance Description). Overhaul will be scheduled by Ad Bax for each of the following equipment listed, and these will be billed net 30 after the overhaul is complete: BH046604 600 MHz, BH046504 600 MHz, BH085801 600 MHz, BH009210 800 MHz, BH009310 600 MHz. Annual Maintenance Overhaul (CP10K) shall be carried out by trained personnel, and be initiated within a period of one month from the time that the vendor is notified of the need for annual maintenance, and the contract shall cover all expenses associated with the CryoPlatform TM Annual Maintenance Description, specified below, excluding the cost of cryogens and gases. The vendor shall have a proven track record of having carried out Annual Maintenance (CP10K) overhauls of Bruker CryoPlatform TM systems. The CryoPlatform TM cooling system incorporates pumps and compressors that require periodic maintenance. The maintenance interval for these units is once every 10,000 operating hours corresponding to about a 12 month period. The service must be performed by a trained specialist and may take up to two days. Normally, only the life-limited items are replaced when the annual maintenance is performed within the service interval. If the service interval is exceeded other parts may become damaged and an in-depth inspection and service is required. CryoPlatformTM Annual Maintenance Description The annual preventive maintenance includes: •Exchange of the primary cooling device in the CryoCooler, the 'cold head', •Exchange of an adsorber in the He compressor, •Oil exchange in the vacuum pump, •Greasing or exchange of the vacuum turbopump bearings, •Test of pressure safety valves, •Cleaning the air inlets, •One cool-down/warm-up cycle as a performance check, •Check-up of the water chiller Expected deliverables: Functional machine operating at original manufacturer's specs. The vendor must have a proven track record of having repaired the wide range of different types of malfunctions that can occur on Bruker CryoPlatform TM systems. The contract will be awarded to the responsible offeror whose offer fully meets the requirements of the solicitation, provides the best value, with price and technical factors equally important in award evaluation. The offeror must include a completed copy of the following provisions: 1) FAR Clause 52.212-1 Instructions to Offerors - Commercial; 2) FAR Clause 52.212-2, Evaluation - Commercial Items. As stated in FAR Clause 52.212-2 (a), "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: Technical Evaluation, Price, and Past Performance; 3) FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items; 4) FAR Clause 52.212-4, Contract Terms and Conditions Required To Implement Statues or Executive Orders - Commercial Items, Contract Terms and Conditions - Commercial Items; and 5) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items - Deviation for Simplified Acquisitions. Vendors must submit a listing of the most recent contracts/awards (minimum of 3) in which similar service was purchased. Contracts/awards may include those entered within the Federal Government, state and local governments and commercial concerns. Include the following information for each contract or subcontract: 1. Name of Contracting Organization, 2. Contract Number (for subcontracts provide the prime contract number and the subcontract number, 3. Contract Type, 4. Total Contract Value, 5. Description of Requirement to include Statement of Work, 6. Contracting Officer's Name and Telephone Number, and 7. Program Manager's Name and Telephone Number. * If past performance questionnaire is available, please submit. All responses received within 5 days from the date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed acquisition is based upon responses to this notice and is solely for the purpose of determining whether to conduct a competitive acquisition. The offeror must include in their quotation, the unit price, the list price, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. The clauses are available in full text at http://www.arnet.gov/far. Interested vendors capable of furnishing the government with the item specified in this synopsis should submit their quotation to the below address. Quotations will be due five (5) calendar days from the publication date of this synopsis on August 26, 2013. The quotation must reference "Solicitation number" NIHLM2013820. Sources having the ability to provide the professional services described above shall provide clear and comprehensive information supporting their experience, past performance and pricing. An offeror's response shall not exceed 10 pages, excluding resumes. Any questions can be submitted to Verne Griffin, Business Opportunity Specialist, at 301-594-7730 <img style="position: static !important; margin: 0px; width: 16px; bottom: 0px; display: inline; white-space: nowrap; float: none; height: 16px; vertical-align: middle; overflow: hidden; top: 0px; cursor: hand; right: 0px; left: 0px;" title="Call: 301-594-7730" src="data:image/png;base64,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" alt="" />. All information received will be considered as part of a competitive acquisition. RESPONSES ARE DUE BY 11:00 A.M. LOCAL TIME ON September 9, 2013 Additional Point of Contact - Maxwell J. Kimpson at kimpsonm@mail.nlm.nih.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDDKD/NIHLM2013820/listing.html)
- Record
- SN03173571-W 20130906/130904235707-9ca909c4aca2e984185c0a793b690b60 (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 |