Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 02, 2016 FBO #5213
SOLICITATION NOTICE

66 -- Service and Maintenance - Equipment List for each Location

Notice Date
2/29/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811412 — Appliance Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 3155, MSC 9593, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-2016-173
 
Archive Date
3/24/2016
 
Point of Contact
Brian Lind,
 
E-Mail Address
lindbj@nida.nih.gov
(lindbj@nida.nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Triad Equipment List Harbor Hospital Equipment List BRC Equipment List COMBINED SYNOPSIS / SOLICITATION COMPETITIVE Title: Service and Maintenance (i)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. (ii)The solicitation number is HHS-NIH-NIDA-SSSA-2016-173 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 not expected to exceed the simplified acquisition threshold. (iii)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-85-2 dated February 26, 2016. (iv)The associated NAICS code is 811412 and the small business size standard is $20.5 Million. (v)Preventative Maintenance Services for the National Institute on Aging (NIA) on refrigerators and freezers that are located at NIA; including Biomedical Research Center (BRC), Harbor Hospital (HH) and the Triad Building. The maintenance and upkeep of all refrigerators and freezers will allow NIA to ensure that samples are being stored at the proper temperatures before, during and after sample processing. The process will also ensure sample integrity for future testing and/or downstream analysis. (vi)The purpose of this requirement is to procure preventative maintenance services for maintenance and upkeep of all refrigerators and freezers will allow NIA to ensure that samples are being stored at the proper temperatures before, during and after sample processing as well as ensure sample integrity. Features/Requirements: The Contractor shall provide a comprehensive preventative service agreement for the specified units of refrigerators and freezers in accordance to the equipment list 1, 2 and 3 as attached to this solicitation and respect locations. Specifically the Contractor shall provide three (3) preventative maintenance visits per location as well as but not limited to the following requirements: •Contractor shall provide priority scheduling for preventative maintenance service calls which shall be coordinated and approved by the Government in advance of the service visit, as well as, provide access to spare parts, inventory, labor and travel to provide preventative maintenance for Government owned refrigerators and freezers. •The Contractor must guarantee 72 hours response time to a request from the Project Officer (PO) or designee during the following hours: 7:30AM through 4:00PM EST, Monday through Friday. •All maintenance service shall be performed in accordance with the manufacture standard commercial maintenance practice. •Services shall be completed by a Factory Trained Service Company for the specific manufacturer of the units. •The Contractor must have documented 3 years' of experience performing a preventative maintenance service contract for the units listed in the equipment lists attached or similar in scope. Deliverables and Acceptance: Preventative Maintenance Visits: Final delivery acceptance PM Visits shall be upon the successful completion of the scheduled service in accordance with the manufacturer's recommendations, and delivery of a signed and completed PM Service Checklist for the units serviced. Written progress reports during the period of performance 03/28/2016 through 03/27/2017 and original documentation shall be provided by the Contractor to demonstrate that the services have been completed on the units on the respective equipment lists. Advanced Understanding: The government will retain full ownership and will have access to all materials (in process or finalized) as well as to all documents (Standard Operating Procedures (SOP's) at all times without any restrictions. (vii)The anticipated period of performance is beginning March 28, 2016 through March 27, 2017 with the following place of performance: 1.Biomedical Research Center (BRC) 251 Bayview Blvd. Baltimore, MD 21224 2.Harbor Hospital 3001 S. Hanover Street Baltimore, MD 21225 3.Triad Building 333 Cassell Drive Baltimore, MD 21224 (viii)The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (ix)The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. (a)The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Technical and past performance when combined is more important when compared to price. The Government intends to issue a firm fixed price Contract for this requirement. The technical evaluation factors are as follows: Evaluation Criteria: Factors Score Corporate Experience. The contractor has demonstrated that it has the corporate experience to meet the requirements outlined in the solicitation for the duration of the agreement. The contractor must have documented 3 years' of experience performing a service contract the units listed in the equipment list and should include the contact information of someone able to verify these contracts; contact information should, at a minimum, include the name, title, phone number, and business address. 20 Technical Capabilities: The proposal should address the requirements described in the solicitation, in sufficient detail to demonstrate a clear understanding of the statement of work and compliance with requirements. The Offeror should provide evidence of sufficient planning to show that work will be accomplished and how it will be accomplished as required and on schedule, utilizing all available resources as well as controlling the execution of assigned activities, tasks, sub-tasks, monitoring progress, status reporting, resolving critical issues and mitigating risks. The proposal should demonstrate a firm understanding of the requirements and goals set forth in the solicitation.20 Service Experience: The contractor has demonstrated that it has existing telephone support and field service technicians available that are technically proficient to provide the level of service required in the scope and technical requirements sections. 20 Total:80 (b) Award Criteria Selection of an Offeror for award will be on the basis of best value, technical factors and price considered. Technical acceptability includes an evaluation on technical factors (which encompasses experience/capability and past performance factors), and cost/price factors. Evaluation of technical acceptability will be made in accordance with the prospective Contractor's demonstrated capabilities of meeting each of the requirements as set forth in this solicitation and all applicable attachments. The merits of each proposal will be evaluated carefully. The offeror must include all specifications/services (including all brand-name or equal requirements so that the brand-name or equal status may be verified), detailed in this solicitation, in its proposal and must also include delivery lead times and well as shipping costs. Offeror(s) cost/price proposal will be evaluated for reasonableness. For a price to be reasonable, it must represent a price to the Government that a prudent person would pay when consideration is given to prices in the market. Normally, price reasonableness is established through adequate price competition, but may also be determined through cost and price analysis techniques as described in FAR 15.404. A recent (12 month period) redacted invoice showing the date of the invoice and the similar or identical product description and the price that was billed, and/or a published price listing should be supplied with the quotation for price reasonableness determinations. The price quoted will be evaluated taking into consideration any price reductions. A best value analysis will be performed taking into consideration the results of the technical evaluation and price evaluation. (x)Offerors should include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. (xi)The provision at FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii)The provision at FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. (xiii)The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xiv)Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling EACH of the requirements described in this solicitation. The price proposal must include the labor categories, an estimate of the number of hours required for each labor category, fully loaded fixed hourly rate or each labor category, breakdown and rationale for other direct costs or materials, and the total amount. A redacted invoice which is an edited version of an invoice issued within 12 months of this solicitation, with details of similar or identical items should be supplied and or a published price listing should be supplied for price reasonableness determinations. 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." Questions regarding this combined synopsis/solicitation must be received in this office, to the email address supplied below, by 8:00AM (EST) on March 3, 2016. All offers must be received by 8:00AM (EST) on March 9, 2016 and must reference number HHS-NIH-NIDA-SSSA-2016-173. Responses must be submitted electronically to Brian Lind at lindbj@nida.nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-2016-173/listing.html)
 
Record
SN04034379-W 20160302/160229235202-7f11734869cde1ac11d45aa56723d90e (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.