SOLICITATION NOTICE
J -- Preventative Maintenance services for the LTQ Orbitrap XL ETD
- Notice Date
- 1/8/2015
- 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 Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-CSS-2015-084
- Archive Date
- 1/28/2015
- Point of Contact
- Hunter A. Tjugum, Phone: 301 435 8780
- E-Mail Address
-
hunter.tjugum@nih.gov
(hunter.tjugum@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- 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. The solicitation number is HHS-NIH-NIDA-SSSA-CSS-2015-084 and the solicitation is issued as a Request For Quotation (RFQ). This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5-Test Program for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76, through 25 AUGUST 2014. The North American Industry Classification System (NAICS) code for this procurement is 811219-Other Electronic and Precision Equipment Repair and Maintenance with associated small business size standard of $20.5 million. This requirement is released on an unrestricted basis. Statement of Objectives The goal of this procurement will be to procure a new service agreement for the LTQ Orbitrap XL ETD System, manufactured by Thermo Electron, to be serviced by authorized factory-trained technicians Original Equipment Manufacturer (OEM) certified. Background The National Institutes of Health (NIH) is the nation's leading medical research agency and the primary Federal agency whose mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability, conducting, supporting and making medical discoveries that improve people's health and save lives. The National Institute on Aging (NIA), Intramural Research Programs, Laboratory of Clinical Investigation, Diabetes Section, is located on the Biomedical Research Center in Baltimore, MD. The subject equipment is used to advance their mission to devise new approaches to the treatment of type II diabetes that are safe and effective, especially in the elderly patients with diabetes. Scope of Work: With the goal of acquiring the services by a provider with access to proprietary parts and test instrumentation for effective repair in case of malfunction, the technical performance requirements shall include system coverage on the subject equipment by factory-trained, authorized technicians and providers of any required parts and software or software enhancements if applicable. The contractor shall provide one (1) Preventive Maintenance service to be performed at 6 months after date of contract award in the base year and in each subsequent optional period of performance. Specifically the contractor shall: Supply all replacement parts as required on an exchange (good-as-new) or new part basis in order to maintain the equipment at Original Equipment Manufacturer (OEM) specifications. Locate a service engineer during the coverage period 8am-6pm, Monday through Friday to ensure efficient service of the subject equipment. Standard Coverage: The Contractor shall provide on-site remedial service and maintenance during normal working hours (from 8:00 AM to 6:00 PM local prevailing time, Monday through Friday). On-call backup service support shall be provided when the on-site service engineer is not available (e.g. holidays, vacations, illness, and training periods). The on-call backup service engineer shall be on the site within three hours of the NIH placing a telephone service request. Technical support shall be provided by the Contractor 24 hours per day, 7 days per week. This telephone support shall be available within one hour of the NIH placing a service request. The Contractor shall provide upgrade services for the subject equipment on an as needed basis. The upgrades shall be subject to the Changes Clause, FAR 52.243-1, Alternate II. Upgrade services include, but are not limited to: delivery/installation of hardware or software, and reconfiguration of the system. The Contractor shall provide all hardware and software necessary for requested upgrades. The Contractor shall continue to provide maintenance of the system as upgraded. Contractor Responsibilities: The Contractor shall provide all necessary documentation, repair parts, spare parts, accessories, maintenance supplies, all special tools, test and support equipment, travel and transportation, personnel skill requirements, and other related services required in performance of maintenance tasks to keep the equipment in good operating condition, except for costs of repairs occasioned by fault or negligence of the Government or its agent. Contractor shall provide service to the equipment by OEM certified service providers within a 1-2 week maximum time frame after service request has been processed. This contract will allow the future flexibility to procure hardware and software upgrades as deemed necessary for the system to function at the highest quality of performance. Anticipated performance: The anticipated period of performance of any resulting contract is one 12-month period effective on or around January 15, 2015 through January 14, 2016, including the option to exercise four (4) 12-month subsequent optional performance periods. The anticipated place of performance will include the NIA federal facility at the Biomedical Research Center, Room 08B014, located at 251 Bayview Blvd. in Baltimore, MD. Contract Type: The contract type is a fixed price type of contract. Deliverables and Reporting requirements: Technician certifications must be provided for all service engineers assigned to perform service at the NIA site housing the equipment. A written summary report should be turned in within 24 hours of any service or preventive maintenance visit. The original documentation shall be provided by the vendor to show they completed service on the instrument as documented with the COR, or its delegated authority, for all PM work or other services performed. Government's responsibilities: Travel to the NIA is the sole responsibility of the contractor. Security Requirements include service technicians will have to be cleared at the commercial vehicle inspection station located outside of the NIA federal facility in order to gain access to the premises. Laboratory personnel will sign in and sign out the representatives whenever they schedule the visits for repair and maintenance. Section 508 Electronic and Information Technology Standards will be applicable for software upgrades as necessary. Contracting Officer's Representative The Contracting Officer's Representative (COR) will represent the Government for the purpose of this contract and be determined at time of award. 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 Government may unilaterally change its COR designation at any time throughout the performance period of this contract. The COR will be determined at time of award. INSTRUCTIONS TO OFFERORS / EVALUATION CRITERIA Offerors will be evaluated on their ability to meet the essential government requirements listed in this solicitation. Offerors will be evaluated on past performance for work on government contracts for similar requirements in the past two (2) years. Mandatory criteria include the contractor shall be required to provide maintenance service by factory-trained Original Equipment Manufacturers (OEM) with access to proprietary parts and test instrumentation for effective repair in case of malfunction. Responses to this solicitation must include clear and convincing evidence of the Offeror's capability of fulfilling the requirement as it relates to the essential government requirements and will be evaluated on showing an Understanding of the Requirements. The Offeror's technical approach shall indicate compliance with the Statement of Work, and describe an essential understanding of the requirements involved in accomplishing the work. Basic cost and price information in the Offerors business proposal must contain sufficient information to allow the Government to perform a basic analysis of the reasonableness of the Offeror to supply the required services. The price proposal must include the monthly maintenance rate for the manufacturer-certified technicians to provide required service coverage, with an estimate of the number of hours required, breakdown and rationale for any other direct costs or materials, and the total amount. Any other information or factors that may be considered in the award decision may include such factors as: past performance; special features required for effective service coverage; trade-in considerations; warranty considerations; maintenance and service coverage availability; serial, product or catalog number(s); product description; delivery terms, and prompt payment discount terms. The following FAR provisions shall apply to this solicitation: 52.212-1, Instructions to Offerors--Commercial Items, 52.212-2, Evaluation--Commercial Items. Evaluation factors that will be used to evaluate the offer most advantageous to the Government, price and other factors considered, include ability to meet the technical requirements stated in this pre-solicitation and on basis of best value to the government. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer, or provide a copy of the valid certifications registrations and Representation and Certifications from the System of Award Management (SAM) applications at www.SAM.gov, which may be indicated on the Offeror's cover sheet. The Clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition and the Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition, 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 (Nov 2007) (41 U.S.C. 351, et seq.) applies to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All Offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." All responses must be received no later than January 13, 2015, 12:00 pm, Eastern Time as specified in this announcement. Late responses will not be accepted. All responses must reference solicitation number HHS-NIH-NIDA(SSSA)-CSS-2015-084. Responses must be submitted electronically to hunter.tjugum@nih.gov. Facsimile responses will not be accepted. For information regarding this solicitation, contact Hunter Tjugum by email at hunter.tjugum@nih.gov or by phone at 301-435-8780.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-2015-084/listing.html)
- Record
- SN03612028-W 20150110/150108235306-39d1defc215d87f2f30e88dccde0a089 (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 |