DOCUMENT
J -- MiSeq COMPREHENSIVE MAINTENANCE AGREEMENT - Attachment
- Notice Date
- 1/4/2016
- Notice Type
- Attachment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Chief, NCO16 (90C/NLR);Central Arkansas Veterans HCS;2200 Fort Roots Drive, Bldg 41, Room 200;North Little Rock AR 72114 1706
- Solicitation Number
- VA25616Q0179
- Response Due
- 1/6/2016
- Archive Date
- 3/6/2016
- Point of Contact
- Jacqueline Simpson
- Small Business Set-Aside
- N/A
- Description
- Statement of Work (SOW) A.GENERAL INFORMATION 1.Title of Project: Illumina MiSeq Service Agreement 2.Scope of Work: The service plan includes full coverage for parts, labor and travel; reagent replacement on hardware failures; 1 preventative maintenance per year, remote technical support; an average on-site response of 3 business days; hardware and software updates; on-site applications support; discounts on advance training. 3.Period of Performance: The Period of Performance (POP) shall be 12 months. The POP will begin with the date of award. There are 4 Option Years to the Service Agreement. 4.Type of Contract: Firm Fixed Price 6. Place of Performance: The Contractor shall support this effort at the Central Arkansas Veterans Healthcare System (CAVHS), 4300 West 7th Street, Research Service, Laboratory Room: GC146. Work at the government site shall not take place on Federal holidays or weekends unless directed by the Contracting Officer (CO). Hours of operation: Normal Business hours for the Pharmacogenomics Analysis Laboratory (PAL) are 8:00am - 4:30pm, Monday through Friday excluding Federal Holidays. HOLIDAYDATE New Year's DayJanuary 1st * Martin Luther King's BirthdayJanuary Presidents DayFebruary Memorial DayMay Independence DayJuly 4th * Labor DaySeptember Columbus DayOctober Veterans' DayNovember 11th * Thanksgiving DayNovember Christmas Day December 25th * *Holidays that fall on Saturday are observed on the preceding Friday. Holidays that fall on Sunday are observed on the following Monday. Some contract tasks may require work to be performed after normal business hours and PAL employees are willing to supervise any Illumina service engineer who needs to complete a service call. B.SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES Task 1: Select Personnel Deliverable 1: Notify VA Pharmacogenomics Analysis Laboratory (PAL) of essential engineering personnel who are qualified to work on the MiSeq. Task 2: One Annual Preventative Maintenance Deliverable 2: Preventative maintenance of the Illumina MiSeq after activation of service agreement at a time mutually agreed upon by the Service Engineer and Laboratory Manager. All travel, labor and parts/materials expenses associated with preventative maintenance visits are included in the price set forth for the Service Contract. Task 3: Product Care (MiSeq Service Agreement) Deliverable 3: Annual Service Agreement shall be in effect as soon as contract is signed by both parties. Contract includes the following: Replacement Parts; Replacement Reagents for Instrument Failure; Labor 8:00am-4:30pm CST; Email Support 8:00am-4:30pm CST; Phone Support; Average Onsite Response Time of 3 Business Days; Software/Hardware Updates Applications Support; Discounts available for Advanced Applications Training. This section will be a part of the Quality Assurance Surveillance Plan (QASP). Note that the table below is directly related to the tasks and deliverables in Section C, Specific Mandatory Tasks & Deliverables above, and Attachment A, Schedule of Deliverables. TASKSDELIVERABLESTANDARDAQLMETHOD(S) OF SURVEILLANCE Task 1: Select PersonnelDeliverable 1 - Notify VA PAL of essential personnel (i.e. FAS)Email from Contractor Task 2: One Preventative MaintenanceDeliverable 2 - Preventative maintenance of the Illumina MiSeq after activation of service agreement at a time mutually agreed upon by the Service Engineer and Laboratory Manager. Service report after PM is performed. Task 2: Product CareDeliverable 3 - Service agreement shall be in effect as soon as contract is signed by both partiesSigned Contract. Engineer Reports from service calls. The Government will monitor performance and review deliverables utilizing solicited and unsolicited feedback from all applicable resources as follows: B.3 PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 0001MiSeq Service Agreement PAL LAB GC 128 SERIAL# M03316 Contract Period: Base POP Begin: 1-11-2015 POP End: 1-10-2016 12.00MO________________________ 1001MiSeq Service Agreement PAL LAB GC 128 SERIAL# M03316 Contract Period: Option 1 POP Begin: 1-11-2016 POP End: 1-10-2017 12.00MO________________________ 2001MiSeq Service Agreement PAL LAB GC 128 SERIAL# M03316 Contract Period: Option 2 POP Begin: 1-11-2017 POP End: 1-10-2018 12.00MO________________________ 3001MiSeq Service Agreement PAL LAB GC 128 SERIAL# M03316 Contract Period: Option 3 POP Begin: 1-11-2018 POP End: 1-10-2019 12.00MO________________________ 4001MiSeq Service Agreement PAL LAB GC 128 SERIAL# M03316 Contract Period: Option 4 POP Begin: 1-11-2019 POP End: 1-10-2020 12.00MO________________________ GRAND TOTAL____________ CONTRACT CLAUSES/SOLICITATION PROVISIONS The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. All offers must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and a statement. The addendum to FAR 52.212-4 also applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and all additional FAR clauses cited in the clause are applicable to the acquisition. 001AL-11-15-BSubcontracting Commitments - Monitoring and Compliance This solicitation includes VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, and VAAR 852.215-71, Evaluation Factor Commitments. Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in assessing contractor compliance with the subcontracting commitments incorporated into the contract. To that end, the support contractor(s) may require access to the contractor's business records or other proprietary data to review such business records regarding contract compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an "Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement" to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor compliance with the subcontracting commitments. FAR Clause 52.252-2 Clauses Incorporated by Reference (FEB 1998) This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this address: http:www.acquisition.gov/far/index.html FAR CLAUSES 1.FAR 52.212-4 Contract Terms and Conditions - Commercial Items (MAY 2014) Addendum to FAR 52.212-4 - Show FAR clauses followed by VAAR clauses in numeric order. List all clauses incorporated by reference in numeric order under 52.252-2 (see below), starting first with FAR and followed by VAAR. 2.52.217-8Option to Extend Services (NOV 1999) 3.52.217-9 Option to Extend the Term of the Contract (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 60 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five (5) years. (End of Clause) 4.52.232-19Availability of Funds for the Next Fiscal Year (APR 1984) Funds are not presently available for performance under this contract beyond the base year period of performance. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond the base year of period of performance, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. (End of Clause) 5.52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 6.52.237-3Continuity of Services (JAN 1991) VAAR CLAUSES 7.852.203-70 Commercial Advertising (JAN 2008) The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor. (End of Clause) 8.852.215-70Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (2009) (a) In an effort to achieve socioeconomic small business goals, depending on the evaluation factors included in the solicitation, VA shall evaluate offerors based on their service-disabled veteran-owned or veteran-owned small business status and their proposed use of eligible service disabled veteran-owned small businesses and veteran-owned small businesses as subcontractors. (b) Eligible service-disabled veteran-owned offerors will receive full credit, and offerors qualifying as veteran-owned small businesses will receive partial credit for the Service-Disabled Veteran-Owned and Veteran-owned Small Business Status evaluation factor. To receive credit, an offeror must be registered and verified in Vendor Information Pages (VIP) database. (http://www.VetBiz.gov). (c) Non-veteran offerors proposing to use service-disabled veteran-owned small businesses or veteran-owned small businesses as subcontractors will receive some consideration under this evaluation factor. Offerors must state in their proposals the names of the SDVOSBs and VOSBs with whom they intend to subcontract and provide a brief description of the proposed subcontracts and the approximate dollar values of the proposed subcontracts. In addition, the proposed subcontractors must be registered and verified in the VetBiz.gov VIP database (http://www.vetbiz.gov). (End of Clause) 9.852.215-71 Evaluation Factor Commitments (DEC 2009) The offeror agrees, if awarded a contract, to use the service-disabled veteran-owned small businesses or veteran-owned small businesses proposed as subcontractors in accordance with 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, or to substitute one or more service-disabled veteran-owned small businesses or veteran-owned small businesses for subcontract work of the same or similar value. (End of Clause) 10.852.232-72 Electronic Submission Of Payment Requests (NOV 2012) (a) Definitions. As used in this clause- (1) Contract financing payment has the meaning given in FAR 32.001. (2) Designated agency office has the meaning given in 5 CFR 1315.2(m). (3) Electronic form means an automated system transmitting information electronically according to the Accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests. (4) Invoice payment has the meaning given in FAR 32.001. (5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. (b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. (c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following: (1) VA's Electronic Invoice Presentment and Payment System. (See Web site at http://www.fsc.va.gov/einvoice.asp.) (2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org) includes additional information on EDI 810 and 811 formats. (d) Invoice requirements. Invoices shall comply with FAR 32.905. (e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail, the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for: (1) Awards made to foreign vendors for work performed outside the United States; (2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; (3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; (4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or (5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above. (End of Clause) 11.852.237-70 Contractor Responsibilities (APR 1984) The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of Arkansas. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from. (End of Clause) FAR Clause 52.252-1 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: http://www.va.gov/oal/library/vaar/index.asp FAR PROVISIONS 12.52.204-16Commercial and Government Entity Code Reporting (NOV 2014) 13.52.204-17Ownership or Control of Offeror 14.52.222-48Exemption From Application Of The Service Contract Labor Standards to Contracts for Maintenance, Calibration, Or Repair Of Certain Equipment -- Certification (May 2014) VAAR PROVISIONS 15.852.215-70 Service-Disabled Veteran-Owned And Veteran-Owned Small Business Evaluation Factors (DEC 2009) (a) In an effort to achieve socioeconomic small business goals, depending on the evaluation factors included in the solicitation, VA shall evaluate offerors based on their service-disabled veteran-owned or veteran-owned small business status and their proposed use of eligible service-disabled veteran-owned small businesses and veteran-owned small businesses as subcontractors. (b) Eligible service-disabled veteran-owned offerors will receive full credit, and offerors qualifying as veteran-owned small businesses will receive partial credit for the Service-Disabled Veteran-Owned and Veteran-owned Small Business Status evaluation factor. To receive credit, an offeror must be registered and verified in Vendor Information Pages (VIP) database. (http://www.VetBiz.gov). (c) Non-veteran offerors proposing to use service-disabled veteran-owned small businesses or veteran-owned small businesses as subcontractors will receive some consideration under this evaluation factor. Offerors must state in their proposals the names of the SDVOSBs and VOSBs with whom they intend to subcontract and provide a brief description of the proposed subcontracts and the approximate dollar values of the proposed subcontracts. In addition, the proposed subcontractors must be registered and verified in the VetBiz.gov VIP database (http://www.vetbiz.gov). (End of Provision) 16.852.270-1Representatives of Contracting Officers (JAN 2008) The contracting officer reserves the right to designate representatives to act for him/her in furnishing technical guidance and advice or generally monitor the work to be performed under this contract. Such designation will be in writing and will define the scope and limitation of the designee's authority. A copy of the designation shall be furnished to the contractor. (End of Provision) FAR NumberTitleDate 52.204-4PRINTED OR COPIED DOUBLE-SIDED ON RECYCLED PAPERMAY 2011
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VACAHCS598/VACAHCS598/VA25616Q0179/listing.html)
- Document(s)
- Attachment
- File Name: VA256-16-Q-0179 VA256-16-Q-0179.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2489659&FileName=VA256-16-Q-0179-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2489659&FileName=VA256-16-Q-0179-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA256-16-Q-0179 VA256-16-Q-0179.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2489659&FileName=VA256-16-Q-0179-000.docx)
- Place of Performance
- Address: CENTRAL ARKANSAS VETERANS HEALTHCARE SYSTEM;4300 W. 7TH STREET;LITTLE ROCK
- Zip Code: 72205
- Zip Code: 72205
- Record
- SN03982037-W 20160106/160104234101-b210083c3280e3c6622a3729af5dcf20 (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 |