Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 09, 2016 FBO #5251
SOLICITATION NOTICE

J -- Service Agreement for Waters Corporation Laboratory Equipment

Notice Date
4/7/2016
 
Notice Type
Presolicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) 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, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-NOI-16-306
 
Archive Date
5/3/2016
 
Point of Contact
Lauren M. Phelps, Phone: 3015942490
 
E-Mail Address
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Service Agreement for Waters Corporation Laboratory Equipment HHS-NIH-NIDA-SSSA-NOI-16-306 INTRODUCTION 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 acquisition is being conducted in accordance with the procedures of FAR Part 13--Simplified Acquisition Procedures and FAR Part 12--Acquisition of Commercial Items. The solicitation number is HHS-NIH-NIDA-SSSA-NOI-16-306 and the solicitation is issued as a PRE-SOLICITATION, NOTICE OF INTENT, to award a contract on a noncompetitive basis to Waters Technologies Corporation, 34 Maple Street, Milford, MA 01757-3696. REGULATORY & STATUTORY AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13--Simplified Acquisition Procedures, Subpart 13.106-1, only one responsible source and no other supplies or services will satisfy agency requirements, and FAR Part 12--Acquisition of Commercial Items and is NOT expected to exceed the simplified acquisition threshold. Contracts awarded using FAR Part 13--Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6--Competition Requirements. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87-1, dated March 16, 2016. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The associated NAICS code for this requirement is 811310 with size standard of $14 Million. CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION The non-competitive determination is based upon the market research conducted as prescribed in FAR Part 10--Market Research, specifically the results of market research concluded that only Waters Technologies Corporation Maintenance Support Services are acceptable for this requirement to ensure continuity of science and continued functionality of proprietary equipment. Specifically, Waters Technologies Corporation is the original equipment manufacturer (OEM) of the laboratory equipment requiring service and the equipment is proprietary to this company. As such, only Waters Technologies Corporation is authorized to provide service and parts for these laboratory systems. Use of any other contractor would place equipment hardware and software integrity in jeopardy which would then risk continuity of science; should the equipment and associated software not remain fully operational and updated to original equipment manufacturer standards, standardization of NCATS longitudinal research data produced with this equipment would be jeopardized or entirely invalidated. This loss of data would be to the significant detriment of the NCATS mission. Please see the attached sole source letter from Waters Technologies Corporation for additional information regarding the sole source nature of the require support services to this proprietary equipment. For the above detailed reasons, only Waters Technologies Corporation is capable of providing the required maintenance support services. This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. DESCRIPTION OF REQUIREMENT Background The National Center for Advancing Translational Sciences (NCATS) Therapeutics for Rare and Neglected Disease (TRND) program performs pre-clinical research to develop new candidate drugs for patients and uses scientific laboratory equipment, including mass spectrometers as well as high and ultra-high pressure liquid chromatographers, towards this end. The equipment, which is owned by NCATS, requires regular service to maintain full functionality and is proprietary to its original equipment manufacturer (OEM), Waters Technologies Corporation, and therefore may only be serviced by Waters Technologies Corporation technicians and Waters Technologies Corporation parts to ensure compatibility and data standardization. Purpose and Objectives The purpose of this requirement is acquisition of a maintenance agreement for Waters Technologies Corporation laboratory equipment owned and used by the National Center for Advancing Translational Sciences. Project Description The Contractor shall provide maintenance services to the Waters Technologies Corporation equipment identified below: 740005073Acquity M-Class #BSM 740005075UPMSMFL Micro SMP MGR FIXED 740005079UPMTVM - UPLC Trap Valve Mgr Maintenance shall include software and total-assurance support. The total assurance software and equipment maintenance support plans must include an annual on-site preventative/performance maintenance visit, replacement of parts subject to wear, and corrective maintenance as required. Service technicians must be Waters factory trained engineers and parts provided must be guaranteed genuine Waters Quality Parts. The support plan must provide priority response for on-site repairs as well as telephone support. Labor and travel for on-site calls shall be covered and firmware updates shall be included. Period of Performance The required period of performance is a base period of one (1) year plus three (3) one-year option periods. Place of Performance: All services will be performed at the NCATS facility located at 9800 Medical Center Drive, CLL Lab 059, Rockville, MD 20850.. Contract Type A firm fixed price award is anticipated. Payment shall be remitted using Electronic Funds Transfer on a NET30 basis. RESPONSE INSTRUCTIONS 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; and maintenance availability. PLEASE ENSURE THAT ALL EVALUATION CRITERIA ARE SPECIFICALLY ADDRESSED IN ANY RESPONSE(S) SUBMITTED. EVALUATION CRITERIA FAR clause 52.212-2, Evaluation - Commercial Items (October 2014) applies to this acquisition and the specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a purchase order resulting from this solicitation on the basis of best value in consideration of both technical factors and price. Technical factors are as follows, in order of importance: 1.Technical Capability: The contractor shall detail in a technical proposal how its proposed maintenance support services meet each of the project requirements. This shall include detailed information regarding service technician certifications, customer service, capabilities as well as warranty information. Technical approach shall be evaluated for the ways in which the proposed equipment meets or exceeds the equipment specification requirements. Exceeding requirements shall be considered favorably. 2.Delivery Capability: The contractor shall detail in a technical proposal its ability to begin service by or before the required period of performance start date detailed in the project requirements. 3.Past Performance: The Contractor shall provide a list of three (3) contracts, task orders, or purchase orders completed during the past five (5) years, similar in size and scope to the equipment provision, delivery, and installation requirements outlined in this Statement of Work. Experience shall include the following information for each contract or purchase order listed: a.Name of Contracting Organization b.Contract Number c.Contract Type d.Total Contract Value e.Description of Requirement and Specific Responsibilities of the Offeror as they relate to this SOW f.Contract Period of Performance Past Performance shall be evaluated for relevance to the current requirement. APPLICABLE TERMS AND CONDITIONS INCORPORATED BY REFERENCE The following FAR clauses and provisions shall apply to this solicitation: 1.All Offerors MUST be actively registered in the System for Award Management (SAM) www.sam.gov. 2.The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items (April 2014), applies to this acquisition. 3.A completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items (March 2015), is required with any offer submitted. This requirement may be met by completion of the provision in the System for Award Management. 4.FAR clauses 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015) and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (October 2015) apply to this acquisition. 5.FAR 52.217-9, Option to Extend the Term of the Contract applies to this acquisition. 6.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." CLOSING STATEMENT All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. All responses must be received by the closing date of this announcement must reference solicitation number HHS-NIH-NIDA-SSSA-NOI-16-306. Responses shall be submitted electronically to Lauren.Phelps@nih.gov. Fax responses will be accepted at (301) 480-1358. For information regarding this solicitation, contact Lauren Phelps by email at lauren.phelps@nih.gov or by phone at (301) 594-2490.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-NOI-16-306/listing.html)
 
Place of Performance
Address: Rockville, Maryland, 20850, United States
Zip Code: 20850
 
Record
SN04077068-W 20160409/160407235135-005dfee22f0c5a06afbaa5ff20824353 (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.