Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 29, 2015 FBO #5027
SOLICITATION NOTICE

J -- Roche Cedex Cell Viability Analyzer Maintenance (PMs Only) - 15QA064 RFQ Package

Notice Date
8/27/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Other Defense Agencies, Uniformed Services University of the Health Sciences, UNIFORMED SERVICES UNIVERSITY OF THE HEALTH SCIENCES (USUHS), 4301 JONES BRIDGE ROAD, Bethesda, Maryland, 20814-4799, United States
 
ZIP Code
20814-4799
 
Solicitation Number
HU0001-15-Q-A064
 
Archive Date
9/30/2015
 
Point of Contact
Andrew E. Lee, Phone: 3012951914
 
E-Mail Address
andrew.lee@usuhs.edu
(andrew.lee@usuhs.edu)
 
Small Business Set-Aside
N/A
 
Description
15QA064 Required Provisions 15QA064 Required CLIN Structure 15QA064 Provisions and Clauses 15QA064 Statement of Work (SoW) 15QA064 Request for Quote (RFQ Amend 2) *Refer to the attachments for the complete detail. The purpose of this Amendment #2 is to break the small business set-aside [see section highlighted in yellow]. Offerors must include a statement in their offer that they acknowledge this RFQ Amendment #2. The purpose of this Amendment #1 is to correct our requirement from comprehensive maintenance to PM-only service [see section highlighted in yellow]. Offerors must include a statement in their offer that they acknowledge this RFQ Amendment #1. General Overview: The Uniformed Services University of the Health Sciences (USU) is the Nation's federal health sciences university and is committed to excellence in military medicine and public health during peace and war. We provide the Nation with health professionals dedicated to career service in the Department of Defense and the United States Public Health Service and with scientists who serve the common good. We serve the uniformed services and the Nation as an outstanding academic health sciences center with a worldwide perspective for education, research, service, and consultation; we are unique in relating these activities to military medicine, disaster medicine, and military medical readiness. USU is located in Bethesda, MD on the grounds of the Naval Support Activity Bethesda. Additional information regarding USU and its mission can be found on our website: www.usuhs.mil. The Uniformed Services University of the Health Sciences (USU), located in Bethesda, MD, has a requirement for annual PMs on Roche Custom Biotech, Cedex Cell Viability Analyzer (Model No. CEDEX | Serial No. G007D6038). This is a combined synopsis/solicitation for commercial items in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is a Request for Quotes (RFQ) for commercial items in accordance with the procedures of FAR Part 12 Acquisition of Commercial Items and Part 13 Simplified Acquisition Procedures. This RFQ incorporates all provisions and clauses in effect through Federal Acquisition Circular FAC 2005-83-2- 08032015, effective August 5, 2015 and Defense Federal Acquisition Regulation Supplement (DFARS), effective June 26, 2015. [Small business set-aside language redacted. This requirement is full and open to both small businesses and large businesses.] The applicable FSC is J066 Maintenance, Repair, and Rebuilding of Equipment-Instruments and Laboratory Equipment. In order to be eligible for award, offerors must be registered on SAM.gov with completed Representations & Certifications (Reps & Certs). Offerors interested in responding to this requirement must provide a quote for annual PMs on Roche Custom Biotech, Cedex Cell Viability Analyzer (Model No. CEDEX | Serial No. G007D6038), which at a minimum, meets the specifications listed below. A single, firm-fixed price (FFP) purchase order (PO) will be issued. The past purchase order detail is as follows: PO No.: HU0001-14-M-V339 Awardee: Herman Risk Management, Inc. Award Amount: $5,418.00 Award Detail: Roche Cedex Cell Viability Analyzer Maintenance A copy of this award is not available for viewing. Specification: USU will use the following, not as exclusive requirements but, as illustrative requirements. The following requirements will be factored into our Best Value evaluation: The more of the following an interested offeror can offer, the more highly its quote will be evaluated for the Technical factor. USU has the following desired specifications for the annual PMs on Roche Custom Biotech, Cedex Cell Viability Analyzer (Model No. CEDEX | Serial No. G007D6038): a.Annual total of 2 PMs: i.One Supreme PM including at a minimum: 1.Inspection of Capillaries, 2.Optical Examination of measurement chamber, 3.Replacement of 8-way pump valve, 4.Replacement of syringe, 5.Replacement of light bulb, 6.Lubrication of spindle, 7.Calibration and checking of brightness and focus, 8.Optical examination and cleaning of the measurement chamber, and 9.Density calibration. With parts including at a minimum: 10.Density reference standard beads, 11.Calibration beads, 12.Assembly kit syringe, 13.Assembly kit 8-way pump valve, and 14.Cedex light bulb. ii.One Standard PM including at a minimum: 1.Inspection of capillaries, 2.Optical examination of the measurement chamber, 3.Replacement of the syringe, 4.Lubrication of the spindle, 5.Calibration and checking of brightness and focus, 6.Optical examination and cleaning of the measurement chamber, and 7.Density calibration. With parts including: 8.Density reference standard beads, 9.Calibration beads, and 10.Assembly kit syringe. b.PMs should be completed within 6 months of the last recorded PM services. Upon issuance of the PO, the contract must work with the USU Technical Service Branch (TSB) and the end-user(s) to schedule the PMs. The contractor will be required to keep track of and initiate the PM services. Offerors responding to this requirement are not required to quote meeting all the desired specifications listed above. However, those quotes that meet or exceed the desired specifications will be considered more desirable by the Government. Offerors must refer to the attached Statement of Work for full requirements detail. Offerors must detail whether or not they can fulfill our requirements. The period of performance (PoP) is September 16, 2015 to September 15, 2016 for the base year and September 16, 2016 to September 15, 2017 for the one option year. Offerors responding to this requirement must provide pricing, at a minimum, for the following contract line item numbers (CLINs)*: * Refer to the attached CLIN Structure spreadsheet. Please note there are two sheets to be completed in the Excel file. In order to be considered for award, offerors must provide a quote for all CLINS listed. Evaluation / Award Detail: The Government intends to issue a single, firm-fixed priced (FFP) purchase order (PO) to the offeror representing the best value to the Government based on the evaluation factors listed below. Evaluation factors are listed in order of importance, with most important listed first. The Government will conduct a trade-off between price and non-price factors. The Government is not required to award to the lowest priced offeror or the offeror quoting the highest technically rated item. The government reserves the right to award without discussions. Evaluation Factors (in order of importance): 1.Technical. Offerors must provide literature, which demonstrates the capabilities of the quoted service(s). At a minimum the literature must demonstrate that the quote meets USU's requirements. The Government reserves the right to utilize technical (e.g. trade magazines) and customer reviews/references as part of the technical evaluation. 2.Corporate Experience. Offerors are required to provide a narrative of their corporate experience in maintaining the required units. 3.Price. Offerors must include all applicable costs, e.g. parts, labor, travel, etc., in the quote. The total quoted price for all components will be the evaluated price. Offerors must include their preferred method of payment (DFAS EFT or GPC Visa Card). USU prefers to make payment(s) using the Visa Government Purchase Card (GPC), unless it would incur additional service charges. 4.Past Performance. The Government may evaluate the offeror's present and past performance on similar tasks within the past three years. Offerors must provide two (2) customer references for similar work performed. The Government reserves the right to select which reference(s) to contact and whether or not to contact the reference(s) at all. The following information must be provided for each reference: a.Name of client and address; b.Name of current PoC, including title, phone number, and email address; c.Contract number, if available; d.Contract value (total cost); e.Contract period of performance (PoP); and f.A clear description of the service provided. In addition to providing the product literature, offerors must also submit a copy of the completed CLIN Structure spreadsheet* in the quote package. Those offerors who fail to provide this copy in the quote package may be deemed nonresponsive. * Refer to the attached CLIN Structure Excel file for the replica of this CLIN structure spreadsheet. Please note there are two sheets to be completed in the Excel file and returned as part of your quote package. The Federal Government prefers not to use third-party-payment merchants, e.g. PayPal, to exchange currencies. This is because these merchants can mask the actual merchant/vendor and impede the Government's effort to promote transparency. If these third-party-payment merchants must be used, offeror must include a compelling justification in the quote package. This will be considered as a part of the Price evaluation factor. The units are located in Bethesda, MD. See attached list for applicable provisions and clauses for this requirement. Offerors must submit a copy of completed Required Provisions. Failure to do so may result in the quote package being deemed nonresponsive. Offerors must also submit the following required provisions [attached in this solicitation]: a.Completed copy of provision 252.209-7992 b.Completed copy of provision 52.222-48 The quote must be valid through September 30, 2015. Deadlines: Questions/clarifications regarding this solicitation must be submitted via email to andrew.lee@usuhs.edu by 2:00PM ET on August 31, 2015. Any question received after 2:00PM ET on August 31, 2015 will not be answered. Questions will not be answered over the phone or submitted by any other means. All questions will be answered in an amendment to the solicitation posted on or around September 1, 2015. Quote packages are due by 10:00PM ET on September 4, 2015. Quotes must be submitted via email to andrew.lee@usuhs.edu. Quotes will not be accepted by any other means. Late quotes will not be considered. Quote packages should include a cover sheet that provides the following information: a.Official Company Name; b.Point-of-contact (PoC), including name, email address, and phone number; c.DUNS Number; and d.Statement that acknowledges the latest amendment number-only if an amendment had been issued for this RFQ.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6dc20cc9cabf396c99a26bc84fdcddca)
 
Place of Performance
Address: 4301 Jones Bridge Road, Bethesda, Maryland, 20814, United States
Zip Code: 20814
 
Record
SN03859236-W 20150829/150827235842-6dc20cc9cabf396c99a26bc84fdcddca (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.