SOLICITATION NOTICE
J -- AB Sciex Equipment Maintenance - Package #1
- Notice Date
- 4/28/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B130, Gaithersburg, Maryland, 20899-1410, United States
- ZIP Code
- 20899-1410
- Solicitation Number
- SB1341-16-RQ-0287
- Archive Date
- 5/28/2016
- Point of Contact
- Susan Ruzicka, Phone: 3019756321
- E-Mail Address
-
susan.ruzicka@nist.gov
(susan.ruzicka@nist.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Applicable Provisions and Clauses Line Item Schedule Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 - Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a separate written solicitation document will not be issued. This solicitation is being issued under the authority of FAR Part 13.5 Simplified Procedures for Certain Commercial Items. This solicitation is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-87 effective 06 April 2016. The associated North American Industrial Classification System (NAICS) code for this procurement is 811219 with a small business size standard of $20.5 Million. This acquisition is being procured as a 100% Small Business Set-Aside. Only quotes submitted by qualified small businesses shall be considered. The National Institute of Standards and Technology (NIST) requires maintenance and repair services for the following five pieces of ABSciex branded equipment located either at the NIST campus in Gaithersburg Maryland or the Hollings Marine Lab (HML) located in Charleston, South Carolina in accordance with the attached Statement of Work: API 4000 QQQ, Serial Number V2250307 (NIST) API 4000 QTrap, Serial Number U03880504 (NIST) API 5000, Serial Number AG21900803 (NIST) API 4000 QQQ, Serial Number V2530309 (HML) API 4000 QTrap, AR21210802 (HML) As part of the required maintenance and repairs, NIST requires ABSciex manufactured parts to be used in all repairs in order to ensure proper equipment operation. Period of Performance: The period of performance for all line items shall be in accordance with the following: Base Year: 12 months from time of award. Option Year One: One year after the expiration of the Base Year. Option Year Two: Two years after the expiration of the Base Year. Option Year Three: Three years after the expiration of the Base Year. Option Year Four: Four years after the expiration of the Base Year. The total period of performance shall not exceed five years after award. EVALUATION CRITERIA AND BASIS FOR AWARD The Government intends to award a single purchase order from this solicitation. The Government reserves the right not to award a purchase order. The Government reserves the right to award this contract based on initial quotations without holding discussions. Therefore, the initial quotations shall contain the offeror's best terms and conditions. Award will be made, if at all, to the responsible offeror whose offer conforming to the requirements of the solicitation represents the lowest price technically acceptable solution to the Government. Technical Acceptability will be evaluated as follows: The Government will evaluate the offeror's technical approach to determine that it has adequately demonstrated: • An understanding of the requirements; • The ability to successfully provide the required maintenance and repairs of the AB Sciex instruments and third party accessories articulated the solicitation; • A Quality Control Plan which demonstrates the offeror's approach for ensuring the Statement of Work standards will be met in regards to work quality and timely response times; and • The ability to provide engineers or technicians meeting the minimum qualifications. The Government will evaluate the Offeror's and, if appropriate, its proposed subcontractors' past performance information to determine its relevance to the current requirements and has a satisfactory or better rating of past performance in the past three years. In assessing the offeror's past performance, NIST will evaluate the quality, timeliness and ability to control cost and schedule of past work to determine the quality of maintenance and repairs of the same or similar instruments, and the extent to which the offeror has performed work of a similar type, magnitude and complexity. The Government reserves the right to obtain past performance information from other sources. The Government will assign a neutral rating to offerors with no relevant past performance. If the Government determines that Past Performance issues represent an unreasonable risk of performance failure, the offeror's quote may be determined to be technically unacceptable. Price The price evaluation will determine whether the proposed prices are fair and reasonable in relation to the solicitation requirements. Proposed prices shall be entirely compatible with the technical quotations. REQUIRED SUBMISSIONS All Contractors shall submit the following: 1.For the purpose of evaluation of Technical Acceptability: Offerors shall provide documentation that clearly demonstrates their understanding of the requirement; ability to provide maintenance services and repairs as specified in the statement of work; A Quality Control Plan outlining the Offeror's approach to ensuring work quality and timely response; copies of the manufacturer's operations and maintenance manuals for each type of instrument including system accessories; and documentation demonstrating Offeror's engineers or technicians meet the required minimum qualifications in accordance with the Statement of Work. Additionally, Offeror shall provide past performance information regarding all relevant contracts for the PAST TWO YEARS with federal, state or local governments, and international and commercial customers. The information shall describe contracts of a similar type and scope as the current requirement. If the offer intends to use another firm for part of this requirement, that firm's past performance information must also be provided. If the Offeror has no relevant past performance it must include a statement to that effect in its proposal. The government reserves the right to consider data obtained from sources other than those described by the Offeror in its proposal. The description of each contract described in this section shall not exceed a half page. For each of the above listed contracts, the Offeror shall provide the following information: •Contract Number; •Description and relevance to solicitation requirements; •Period of Performance - Indicate by month and year the start and completion (or "ongoing") dates for the contract; •Name and address of the client with current telephone number and email address of a point of contact of the client responsible for this contract. •Contracting Office - If a Government contract (federal or state), identify the Procuring Contracting Officer, Administrative Contracting Officer, and Contracting Officer's Representative (COR), and their names and current telephone numbers and email address; 2.For the purpose of Price: Offeror shall provide a firm-fixed price quotation for each Line Item as specified in the Contract Line Items, and a total firm fixed-price inclusive of all required line items. 3.If the contractor objects to any of the terms and conditions contained in this solicitation, the contractor shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" [Contractor shall list exception(s) and rationale for the exception(s)]. It is the sole responsibility of the contractor to identify in their quote any exceptions to the terms and conditions of the solicitation. If the contractor does not include such a statement, the submission of a quotation in response to this solicitation will be regarded as the Contractor's acceptance of the Government's terms and conditions for inclusion into the resultant purchase order. 4.Offeror shall provide an active DUNS # for the System for Award Management (SAM) registration. Offeror must have an active registration at www.SAM.Gov to be considered for award. 5.If the Offeror's representations and certifications do not reflect the NAICS code governing this solicitation, Offeror must submit documentation that they are a small business under the NAICS code governing this solicitation. Please note that this procurement IS NOT being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If a contractor submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the contractor's FSS or GWAC contract, and the statement required above shall be included in the quotation; DUE DATE FOR QUOTATIONS E-mail quotations are required. All quotations must be submitted via e-mail to Susan Ruzicka, Contract Specialist at Susan.Ruzicka@Nist.gov. FAX quotations will not be accepted. Submission must be received not later than 11:00 a.m. Eastern Time on Friday 13 May 2016. A quotation shall be considered received when it is received in the electronic inbox of Susan Ruzicka not later than the date and time identified herein. All questions regarding this notice must be submitted via e-mail to Susan.Ruzicka@nist.gov by 11:00 a.m. Eastern Time on Friday 06 May 2016. Questions submitted after this date may not be addressed by the Government prior to the quotation submission deadline. PROVISIONS AND CLAUSES: The clauses and provisions applicable to this solicitation can be found under the attachment Applicable Clauses & Provisions. The full text of a FAR provision or clause may be accessed electronically at https://farsite.hill.af.mil or www.acquisition.gov/far. ATTACHMENTS: The following attachments apply to this solicitation: 1. The Statement of Work 2. Line Item Schedule 3. Applicable Provisions and Clauses
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-16-RQ-0287/listing.html)
- Record
- SN04098952-W 20160430/160428235017-05d1986163cac8db6bd383530d13596d (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 |