SOLICITATION NOTICE
66 -- Radioanalytical Sample Preparation Automation System - RSPAS Specs
- Notice Date
- 4/16/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, Centers for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000, Atlanta, Georgia, 30341-4146
- ZIP Code
- 30341-4146
- Solicitation Number
- 2015-N-17136
- Archive Date
- 5/15/2015
- Point of Contact
- Tessa W Buffington, Phone: 7704882612
- E-Mail Address
-
vsr3@cdc.gov
(vsr3@cdc.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- RSPAS Specifications SUBJECT: Radioanalytical Sample Preparation Automation System (RSPAS) SOLICITATION NUMBER: Request for Proposal (RFP) #2015-N-17136 RESPONSE DUE DATE/TIME: April 30, 2015/ Before 4:30 pm (16:30) EASTERN TIME SECTION 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. This solicitation is a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-40. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 - Analytical Laboratory Instrument Manufacturing with a Standard Size of 500 employees. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. This is a RFP for a radioanalytical sample preparation automation system The Government intends to award a Firm Fixed-Price contract as a result of this solicitation that will include the terms and conditions that are set forth herein. SECTION B - SUPPLIES OR SERVICES AND PRICES/COSTS B.1. DESCRIPTION OF SUPPLIES & SERVICES B.1.1. The CDC's NCEH has a requirement for one (1) Radioanalytical Sample Preparation Automation System. B.1.2. Contract Type is Firm-Fixed Price. B.1.3. Pricing Terms - "CLIN defined by 0001 etc." means contract line item that corresponds to each year. "UNIT PRICE" represents the amount to be paid to the contractor monthly. CLIN SUPPLIES/SERVICES QTY/UNIT UNIT PRICE UNIT EXTENDED PRICE 0001 Radioanalytical Sample Preparation Automation System 1 EA SECTION C - DESCRIPTION/SPECIFICATIONS/WORK STATEMENT See Attachment 1- RSPAS Specifications SECTION D - PACKING, MARKING AND SHIPPING D.1. All deliverables required under this contract shall be packaged, marked and shipped in accordance with Government specifications. At a minimum, all deliverables shall be marked with the contract number and contractor name. D.2. The Contractor shall guarantee that all required materials shall be delivered in immediate usable and acceptable condition. SECTION E - INSPECTION AND ACCEPTANCE E.1. The Contracting Officer's Representative (COR) will perform inspection and acceptance of materials and services to be provided. E.2. For the purpose of this PART, (COR - to be determined upon contract award) is the authorized representative of the Contracting Officer. E.3. Inspection and acceptance will be performed at CDC. Acceptance is communicated in writing unless otherwise indicated in writing by the Contracting Officer or the COR within 15 days of receipt. E.3.1. System maintenance shall be performed by an authorized service engineer at the CDC site. The maintenance of the laboratory instrument shall include a test of the equipment to ensure that it is fully functional before CDC accepts the delivery. E.4. CLAUSES INCORPORATED BY REFERENCE, FAR 52.252-2(FEB 1998) E.4.1. This contract incorporates the following clause(s) by reference, with the same force and effect as if it were given in full text. Upon request, the Contracting Officer will make its full text available. Also, the full text of a clause may be accessed electronically at this address: http://www.acquisition.gov/comp/far/index.html. E.4.2. FAR clause, 52.246-4 Inspection of Services-Fixed Price (Aug 1996) SECTION F - DELIVERIES OR PERFORMANCE F.1. PERFORMANCE F.1.1. DELIVERY DATE :________________________________ F.1.2. All work on this contract will be performed at contractor's facility. F.2. CLAUSES INCORPORATED BY REFERENCE, FAR 52.252-2 (FEB 1998) F.2.1. This contract incorporates the following clause(s) by reference, with the same force and effect as if it were given in full text. Upon request, the Contracting Officer will make its full text available. Also, the full text of a clause may be accessed electronically at this address: http://www.acquisition.gov/comp/far/index.html. F.2.2. FAR 52.247-35, F.O.B. Destination Within Consignees Premises (April 1984) SECTION G - CONTRACT ADMINISTRATION DATA G.1. GOVERNMENT REPRESENTATIVES G.1.1. Contracting Officer (CO) (Jul 1999) The Contracting Officer is the only individual who can legally commit the Government to the expenditure of public funds. No person other than the Contracting Officer can make any changes to the terms, conditions, general provisions, or other stipulations of this contract. No information, other than that which may be contained in an authorized modification to this contract, duly issued by the Contracting Officer, which may be received from any person employed by the United States Government, or otherwise, shall be considered grounds for deviation from any stipulation of this contract. (End of Clause) G.1.2. Contracting Officer's Representative (COR) (Sep 2009) Performance of the work hereunder shall be subject to the technical directions of the designated COR for this contract. As used herein, technical directions are directions to the Contractor which fill in details, suggests possible lines of inquiry, or otherwise completes the general scope of work set forth herein. These technical directions must be within the general scope of work, and may not alter the scope of work or cause changes of such a nature as to justify an adjustment in the stated contract price/cost, or any stated limitation thereof. In the event that the Contractor feels that full implementation of any of these directions may exceed the scope of the contract, he or she shall notify the originator of the technical direction and the Contracting Officer in a letter separate of any required report(s) within two (2) weeks of the date of receipt of the technical direction and no action shall be taken pursuant to the direction. If the Contractor fails to provide the required notification within the said two (2) week period that any technical direction exceeds the scope of the contract, then it shall be deemed for purposes of this contract that the technical direction was within the scope. No technical direction, nor its fulfillment, shall alter or abrogate the rights and obligations fixed in this contract. The Government COR is not authorized to change any of the terms and conditions of this contract. Changes shall be made only by the Contracting Officer by properly written modification(s) to the contract. The Government will provide the Contractor with a copy of the delegation memorandum for the COR. Any changes in COR delegation will be made by the Contracting Officer in writing with a copy being furnished to the Contractor. (End of Clause) G.2. INVOICE SUBMISSION G.2.1. Payment by Electronic Funds Transfer (Dec 2005) (a) The Government shall use electronic funds transfer to the maximum extent possible when making payments under this contract. FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration, in Section I, requires the contractor to designate in writing a financial institution for receipt of electronic funds transfer payments. (b) In addition to Central Contractor Registration, the contractor shall make the designation by submitting the form titled "ACH Vendor/Miscellaneous Payment Enrollment Form" to the address indicated below. Note: The form is either attached to this contract (see Section L - List of Attachments) or may be obtained by contacting the Contracting Officer or the CDC Financial Management Office at (404) 498-4050 <img style="overflow: hidden; cursor: hand; height: 16px; vertical-align: middle; white-space: nowrap; right: 0px; position: static !important; float: none; left: 0px; margin: 0px; display: inline; top: 0px; width: 16px; bottom: 0px;" title="Call: (404) 498-4050" src="data:image/png;base64,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" alt="" />. (c) In cases where the contractor has previously provided such designation, i.e., pursuant to a prior contract/order, and been enrolled in the program, the form is not required unless the designated financial institution has changed. (d) The completed form shall be mailed after award, but no later than 14 calendar days before an invoice is submitted, to the following address: The Centers for Disease Control and Prevention Financial Management Office (FMO) P.O. Box 15580 Atlanta, GA 30333 Or - Fax copy to: 404-638-5342 <img style="overflow: hidden; cursor: hand; height: 16px; vertical-align: middle; white-space: nowrap; right: 0px; position: static !important; float: none; left: 0px; margin: 0px; display: inline; top: 0px; width: 16px; bottom: 0px;" title="Call: 404-638-5342" src="data:image/png;base64,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" alt="" /> (End of Clause) G2.2. CDCAG001 - Invoice Submission (Mar 2006) (a) The Contractor may submit the original invoice/voucher via email: Email: FMOAPINV@CDC.GOV FINANCIAL MANAGEMENT OFFICE Email: GFJ3@CDC.GOV CONTRACTING OFFICER, Vallerie Redd Email: ZYF9@CDC.GOV COR, David Saunders (b) The Contractor is 1, is not 0 required to submit a copy of each invoice directly to the COR concurrently with submission to the Contracting Officer. (c) In accordance with 5 CFR part 1315 (Prompt Payment), CDC's Financial Management Office is the designated billing office for the purpose of determining the payment due date under FAR 32.904. (d) The Contractor shall include (as a minimum) the following information on each invoice: (1) Contractor's Name & Address (2) Contractor's Tax Identification Number (TIN) (3) Purchase Order/Contract Number and Task Order Number, if Appropriate (4) Invoice Number (5) Invoice Date (6) Contract Line Item Number and Description of Item (7) Quantity (8) Unit Price & Extended Amount for each line item (9) Shipping and Payment Terms (10) Total Amount of Invoice (11) Name, title and telephone number of person to be notified in the event of a defective invoice (12) Payment Address, if different from the information in (c)(1). (13) DUNS + 4 Number (End of Clause) SECTION H - SPECIAL CONTRACT REQUIREMENTS None SECTION I - CONTRACT CLAUSES I.1. CLAUSES INCORPORATED BY REFERENCE, FAR 52.252-2(FEB 1998) I.1.1. This contract incorporates the following clause(s) by reference, with the same force and effect as if it were given in full text. Upon request, the Contracting Officer will make its full text available. Also, the full text of a clause may be accessed electronically at this address: http://www.acquisition.gov/comp/far/index.html. I.1.2. 52.212-1 Instructions to Offerors-Commercial Items (Feb 2012) I.1.3. 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2012) I.1.4 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs (Feb 2012): 52.203-5 Covenant Against Contingent Fees (Apr 1984) 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) 52.203-7 Anti-Kickback Procedures (Jul 1995) 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644) 52.222-3 Convict Labor (Jun 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jul 2010) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Mar 2007) 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010) 52.222-54 Employment Eligibility Verification (Jan 2009) 52.225-1 Buy American Act-Supplies (Nov 2011) 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) 52.232-33 Payment by Electronic Fund Transfer-Central Contractor Registration (Oct 2003) 52.233-2 Service of Protest (Sep 2006) 52.233-3 Protest after Award (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 52.243-1 Changes-Fixed Price (Aug 1987) I.1.7. 352.202-1 Definitions (Jan 2006) I.1.8. 352.203-70 Anti-lobbying (Jan 2006) I.1.9. 352.222-70 Contactor Cooperation in Equal Employment Opportunity Investigations (2010) I.1.10. 352.223-70 Safety and Health (Jan 2006) I.1.11. 352.239-70 Standard for Security Configurations (Jan 2010) I.1.12. 352.239-71 Standard for Encryption Language (Jan 2010) I.1.13. 352.239-72 Security Requirements for Federal Information Technology Resources (Jan 2010) I.1.14. 352.242-71 Tobacco-free Facilities (Jan 2006) I.2. CDC CLAUSES IN FULL TEXT I.2.1. Evaluation of Contractor Performance (Service) (Jan 2000) (a) Purpose In accordance with FAR 42.1502, the Contractor's performance will be periodically evaluated by the Government, in order to provide current information for source selection purposes. These evaluations will therefore be marked "Source Selection Information." (b) Performance Evaluation Period The Contractor's performance will be evaluated at least annually. (c) Evaluators The performance evaluation will be completed jointly by the COR and the Contracting officer. (d) Performance Evaluation Factors The contractor's performance will be evaluated in accordance with the evaluation factors identified in CPARS. (e) Contractor Review A copy of the evaluation will be provided to the contractor as soon as practicable after completion of the evaluation. The contractor shall submit comments, rebutting statements, or additional information to the Contracting Officer within 30 calendar days after receipt of the evaluation. (f) Resolving Disagreements Between the Government and the Contractor Disagreements between the parties regarding the evaluation will be reviewed at a level above the Contracting Officer. The ultimate conclusion on the performance evaluation is a decision of the contracting agency. Copies of the evaluation, contractor's response, and review comments, if any, will be retained as part of the evaluation. (g) Release of Contractor Performance Evaluation Information The completed evaluation will not be released to other than Government personnel and the contractor whose performance is being evaluated. Disclosure of such information could cause harm both to the commercial interest of the Government and to the competitive position of the contractor being evaluated as well as impede the efficiency of Government operations. (h) Source Selection Information Departments and agencies may share past performance information with other Government departments and agencies when requested to support future award decisions. The information may be provided through interview and/or by sending the evaluation and comment document to the requesting source selection official. (i) Retention Period The agency will retain past performance information for a maximum period of three years after completion of contract performance for the purpose of providing source selection information for future contract awards. (End of Clause) I.2.2 Non-Disclosure Agreement for Contractor and Contractor Employees (Mar 2006) (a) The contractor shall prepare and submit a Non-Disclosure Agreement (NDA) to the Contracting Officer prior to access of government information or the commencement of work at CDC. (b) The NDA made part of this clause, exhibit I and II, is required in service contracts where positions and/or functions proposed to be filled by contractor's employees will have access to non-public and procurement-sensitive information. The NDA also requires contractor's employees properly identify themselves as employees of a contractor when communicating or interacting with CDC employees, employees of other governmental entities (when communication or interaction relates to the contractor's work with the CDC), and members of the public. The Federal Acquisition Regulation (FAR) 37.114 (c), states "All contractor personnel attending meetings, answering Government telephones, and working in other situations where their contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public or Congress that they are Government officials, unless, in the judgment of the agency, no harm can come from failing to identify themselves. They must also ensure that all documents or reports produced by contractors are suitably marked as contractor products or that contractor participation is appropriately disclosed." (c) The Contractor shall inform employees of the identification requirements by which they must abide and monitor employee compliance with the identification requirements. (d) During the contract performance period, the Contractor is responsible to ensure that all additional or replacement contractors' employees sign a NDA and it is submitted to the Contracting Officer prior to commencement of their work with the CDC. (e) Contractor employees in designated positions or functions that have not signed the appropriate NDA shall not have access to any non-public, procurement sensitive information or participate in government meeting where sensitive information may be discussed. (f) The Contractor shall prepare and maintain a current list of employees working under NDAs and submit to the Contracting Officer upon request during the contract period of performance. The list should at a minimum include: contract number, employee's name, position, date of hire and NDA requirement. SECTION J - LIST OF ATTACHMENTS • Attachment 1 - Radioanalytical Sample Preparation Automation System (RSPAS) Specifications SECTION K - REPRESENTATION, CERTIFICATIONS AND OTHER STATEMENT OF OFFERORS K.1 Offer shall include a completed copy of the provision at FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items (See Section I). SECTION L - INSTRUCTIONS TO THE OFFERORS L.1. CLAUSES INCORPORATED BY REFERENCE, FAR 52.252-1(FEB 1998) L.1.1. Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/comp/far/index.html. L.1.2. FAR clause, 52.212-1 Solicitation Provisions Incorporated by Reference (Feb 1998); [NAICS Code: 334516] L.1.3. The proposal shall be submitted electronically via eBuy to the Contract Specialist on or before 4:30 pm (1630) EASTERN TIME, April 30, 2015. L.1.4. QUESTIONS DEADLINE: All questions shall be sent in writing to Tessa Buffington via email at vsr3@cdc.gov on or before 4:30 pm (1630) EASTERN TIME, April 23, 2015. L.1.5. All email responses to this notice must identify the RFP# in the subject line of the email. L.1.6. FAXED OR MAILED PROPOSALS AND/OR QUESTIONS WILL NOT BE CONSIDERED. L.1.7. For solicitation information call: Tessa Buffington, Contract Specialist, at 770-488-2612 <img style="overflow: hidden; cursor: hand; height: 16px; vertical-align: middle; white-space: nowrap; right: 0px; position: static !important; float: none; left: 0px; margin: 0px; display: inline; top: 0px; width: 16px; bottom: 0px;" title="Call: 770-488-2612" src="data:image/png;base64,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" alt="" />. L.2. PROPOSAL FORMAT L.2.1. Proposal Preparation - The technical proposal shall include a detailed description of the requirement. A successful technical proposal shall include the affirmation of the offer price (s); a Point Of Contact (name, title, email address and telephone number); a statement from the offeror verifying that they are CCR Registered under NAICS code 334516; delivery date; business size; payment terms, and the reference list for Past/Present Performance. The technical proposal shall be submitted in a file labeled "Volume 1 - Technical". The price information shall be contained in a file labeled "Volume 2 - Price". L.2.2. Technical Evaluation Criteria - The offeror's technical proposal should address the following evaluation criteria. 1. Explain the floor space occupied by the system and how it can be minimized. 2. Explain the system's sample capacity and how it should be optimized to ensure that a maximum number of samples can be processed per unit time, considering all sample preparation operations. 3. Explain the sample preparation/automation procedures needed to optimized and prepare the maximum number of samples per unit time. 4. Explain the system ability to be robust enough to support 24/7 operations and to withstand the use of strong acids in prep procedures. 5. Explain the ease of data entry automation and QA/QC procedures (e.g. automated association of samples with prep procedures via barcoding, etc.). 6. Explain the extent of automation - all steps, start to finish, with minimal intervention by analyst, possibly including interface to analysis system (ICP_MS, LSC, GFPC, etc.) or and trays. 7. Provide any technical brochure, explanation, or any other supporting documentation that clearly demonstrate that the offeror is an authorized manufacturer distributer/reseller of the system. 8. The Offeror shall certify that their system meets or exceeds the required specifications hereto attached to this RFP. 9. The Offeror shall certify that they have manufacturer certified technical personnel to repair the laboratory equipment so that it does not void the manufacturer's warranty. 10. The Offeror shall certify that they have manufacturer certified technical personnel to handle and respond to technical questions from CDC via phone, email or internet. Volume 1 - Technical shall not exceed 7 pages including cover letters, table of contents, appendices and attachments. Offerors who submit more than 7 pages will be considered as being nonresponsive and the proposals will not be considered for award. L.2.3. Price - The offeror shall submit a complete pricing matrix as indicated in Section B.1.3. Any Technical or Past/Present Performance information placed within Volume 2 - Price will not be evaluated. L.2.4. Past/Present Performance Criteria: The offeror shall provide a Past/Present Performance reference list. The reference list should contain the contact information (Company Name and Address, Point of Contact (POC) Name, POC email address and phone number) for at least 3 companies the offeror currently or previously sold the equipment to within the past 5 years. This information be included as part of "Volume 1 - Technical". SECTION M - EVALUATION FACTORS/CRITERIA FOR AWARD M.1. EVALUATION FACTORS M.1.1. Factor 1: Technical Capability M.1.1.1. The offeror has documented that their systems meets or exceeds the required specifications; that they are an authorized manufacturer distributer/reseller and has certified technical personnel to repair the equipment and respond to technical questions from CDC. M.1.1.2. Technical Evaluation Criteria. The offeror's technical proposal shall be evaluated in accordance with the information provided below. 1. How well the offeror explained the floor space occupied by the system and how it can be minimized. 2. How well the offeror explained the system's sample capacity and how it can be optimized to ensure that a maximum number of samples can be processed per unit time, considering all sample preparation operations. 3. How well the offeror explained the sample preparation/automation procedures needed to optimized and prepare the maximum number of samples per unit time. 4. How well the offeror explained the system's ability to be robust enough to support 24/7 operations and to withstand the use of strong acids in prep procedures. 5. How well the offeror explained the ease of data entry automation and QA/QC procedures (e.g. automated association of samples with prep procedures via barcoding, etc.). 6. How well the offeror explained the extent of automation - all steps, start to finish, with minimal intervention by analyst, possibly including interface to analysis system (ICP_MS, LSC, GFPC, etc.) or and trays. M.1.2. Factor 2: Price M.1.2.1 Unrealistically low or high proposed costs or prices, initially or subsequently, may be grounds for eliminating a proposal from competition, either on the basis that the offeror does not understand the requirement, or has made an unrealistic proposal. The burden of proof for credibility of proposed cost/prices rests with the offeror. M.1.2.2. The type of purchase order will be Firm Fixed-Price M.1.3. Factor 3: Past/Present Performance M.1.3.1 Past/Present Performance Reference list received will be considered. M.1.3.2 The government will not consider references for work occurring before the 5-year period. M.2. EVALUATION FOR AWARD: M.2.1 The Government will award a contract resulting from this solicitation to the responsible offeror who is technically acceptable and offers the lowest price. M.2.3. The Government will review the proposal to ensure technical capability in accordance with the requirements in Section M.1. - Evaluation Factors. M.2.4. CDC intends to make an award soon after the response date of this notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/PGOA/2015-N-17136/listing.html)
- Place of Performance
- Address: 3719 North Peachtree Road, Chamblee, Georgia, 30341, United States
- Zip Code: 30341
- Zip Code: 30341
- Record
- SN03701793-W 20150418/150416234626-96e3baa13d4ee588a7c6d5939226996c (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 |