SOLICITATION NOTICE
J -- Maintenance service on existing Illumina scientific equipment
- Notice Date
- 5/27/2015
- 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-2015-404
- Archive Date
- 6/16/2015
- 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-2015-404 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 2005-82 through 07 MAY 2015. 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 is to procure a new service agreement for various Illumina brand scientific laboratory equipment, manufactured by Illumina, Inc., and to be serviced by authorized Original Equipment Manufacturer (OEM) certified factory-trained technicians. 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 mission of the Laboratory of Neurogenetics (LN) at the National Institute on Aging (NIA) on the NIH campus in Bethesda, MD is to find the genes and gene mutations that cause or contribute to neurological disease. Subsequent discoveries allow the LN to transfer genes and mutations into cells from mice in order to make a model that helps the field better understand disease processes. LN Scientists then use these models to test therapies thereby attempting to halt or reverse disease progression. 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. Maintenance service shall be provided on the Illumina brand Autoloader, 2 cBots, 2 HiSeq 2500s, iScan, and Tecan LIHa currently in use by the LN. The contractor shall have the ability to perform Preventive maintenance service by a provider with access to proprietary parts and test instrumentation for effective repair in case of malfunction. The contractor shall be able to provide emergency repair service, including labor, travel, and replacement parts (excluding consumable items) in case of need. Maintenance inspection will include site visits to perform tasks; troubleshoot problems, install new software upgrades, train staff and perform preventative maintenance. The contractor is to confirm receipt of service call within two (2) hours of call being placed by the government and service technician is to respond within 24 hours to conduct service. All maintenance service is to be warranted for 6 months and any replacement parts must have at least a 12 month warranty. Contractors must have either an adequate supply of parts in stock and readily available to the service technicians or be able to obtain any required part within 24 hours of the service technician assessment. Anticipated performance: The anticipated period of performance of any resulting contract is one 6-month base period effective on or around June 5, 2015 through December 4, 2015, including the option to exercise four (4) one-year subsequent optional performance periods. The place of performance will include the NIA federal facility located in Building 35 on the NIH campus at 9000 Wisconsin Ave, Bethesda, MD 20892. Contract Type: The contract type is a fixed price type of contract. Deliverables and Reporting requirements: Contractor shall be required to provide written progress reports in achieving this statement of work during the period of performance. The original documentation shall be provided by the vendor to show they completed service on the instrument and should document technical progress with the POC from the Government Project Officer. The service technician is to present a service ticket that briefly details the work performed during the service visit to the POC for signature and a copy of the ticket is to be left with the POC. A detailed written report of any service and\or preventative maintenance is to be submitted to the Contracting Officer's Representative within 24 hours of service being 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 NIH campus in order to gain access to the premises. 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 will be specified 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 Offeror's 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 May 29, 2015, 4:30 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-2015-404. 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-2015-404/listing.html)
- Place of Performance
- Address: Federal Government Facility, Bethesda, Maryland, United States
- Record
- SN03743333-W 20150529/150527235330-e4bdc8ba9cea8e27f9dd4785ea82d184 (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 |