Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 28, 2016 FBO #5392
SOLICITATION NOTICE

J -- Maintenance services for DEPArray Instrument - SF-1449

Notice Date
8/26/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Rockville, Maryland, 20852, United States
 
ZIP Code
20852
 
Solicitation Number
N02RC62621-24
 
Archive Date
9/21/2016
 
Point of Contact
Kimesha Leake, Phone: 2402765669, Seena Ninan, Phone: 240-276-5419
 
E-Mail Address
kimesha.leake@nih.gov, ninans@mail.nih.gov
(kimesha.leake@nih.gov, ninans@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
SF-1449 Contracting Office Address Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E226, Bethesda, MD 20892, UNITED STATES. Non-USPS mail such as Fedex, UPS and other private carriers please use Rockville, MD 20850. Description The National Institutes of Health (NIH), National Cancer Institute (NCI), Center for Cancer Research (CCR) plans to procure a 12 month base, plus four 12 month option period maintenance service agreement and the services of a trained, on-site field application scientist to support a rare cell isolation instrument. This is a combined synopsis/solicitation for commercial items, prepared in accordance with format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation: No. N02RC62621-24 includes all applicable provisions and clauses in effect through FAR FAC 2005-89 (July 2016) simplified procedures for commercial items. The North American Industry Classification System code is 811219 and the business size standard is $19,000,000. Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price type contract with a base plus four option periods. It has been determined there are no opportunities to acquire green products or services for this procurement. Period of Performance will be as follows: The period of performance for this contract includes a base year and four year options. The base contract will commence September 28, 2016 and end September 27, 2017. Option years will be as follow: Option 1 - September 28, 2017 through September 27, 2018; Option 2 - September 28, 2018 through September 27, 2019; Option 3 - September 28, 2019 through September 27, 2020; Option 4 - September 28, 2020 through September 27, 2021 I. Description of Contractor Requirements The DEPArray TM Instrument V2 is a highly specialized research instrument manufactured by Menarini Silicon Biosystems Inc. It combines image-based sorting of a heterogeneous cell population from diverse types of samples, and uses software-enabled gentle, dielectrophoretic field capture and transport of the targeted cells for recovery as single cells or pools of cells for further analysis or culture. The Contractor shall provide maintenance services for the DEPArray TM Instrument V2 including 5 filters (FITC, DAPI, PE, APC and PerCP-Cy5.5) and the auxiliary equipment, including post-processing workstation, desktop computer, large HD monitor HDMI, Cellbrowser software and Synology diskstation. The NCI would also like to procure the services of a field application specialist who has been trained and certified by the OEM, to run the DEPArray Instrument on-site for 1-year application support. The individual will provide dedicated, on-site support to NCI researchers for training, experimental design, troubleshooting, through to running samples on the DEPArray instrument for new and infrequent CCR/NCI users. The following maintenance services must be provided: • Contractor shall provide all labor, material and equipment necessary to maintain and provide preventive maintenance for 1 government-owned DEPArray V2 Instrument (SN: D02-001-0021) with 5 filters (FITC, DAPI, PE, APC and PerCP-Cy5.5) manufactured by Menarini Silicon Biosystems Inc. and its auxiliary equipment. The auxiliary equipment includes the post-processing workstation, desktop computer, large HD monitor HDMI, Cellbrowser software and Synology diskstation. • All maintenance services shall be performed on-site in accordance with the manufacturer's standard commercial maintenance practices, and by professionals trained and certified by the original manufacturer, Menarini Silicion Biosystems Inc. • Contractor shall perform two (2) preventive maintenance inspections (PMI) during the contract period. Only technically qualified, original manufacturer-trained personnel shall perform the services. The contract will cover service calls, travel time, labor, and any necessary approved parts. • Unlimited emergency repair service visits shall be provided during the term of this contract to the government. Emergency service shall be provided during normal working hours, Monday through Friday excluding Federal Holidays. Upon receipt of notice that any part of the equipment is not functioning properly the Contractor shall within seventy two (72) hours furnish a qualified factory-trained service representative to inspect the equipment and perform all repairs and adjustments necessary to restore the equipment to normal and efficient operating condition. Emergency service calls shall not replace the necessity for scheduled PMIs. • The contractor shall provide unlimited technical support through email and remote VPN and trouble-shooting for the instrument during normal working hours, except Federal holidays. • The contractor shall furnish all required replacement parts at no additional cost to the Government, with the exception of consumables. Parts shall be new or re-manufactured to original equipment specifications. • Contractor shall ensure that the Cellbrowser Software installed is kept current and up-to-date on the DEPArray Instrument and the post processing workstation. New versions of the CellbrowserSoftware shall be installed no later than one week after commercial release. 7. PAYMENT: Payment shall be made quarterly in arrears. Payment authorization requires submission and approval of invoice per the attached Invoice & Payment Provisions. 8. PLACE OF PERFORMANCE: Service shall be performed at the following location: National Cancer Institute/Center for Cancer Research 9000 Rockville Pike, BLDG 37, RM 3054A & 3035 Bethesda, MD 20892 QUESTIONS ARE DUE: August 31, 2016 at 5:00 pm EST. PROVISIONS AND CLAUSES: The following FAR provisions and clauses apply to this acquisition: 52.212-1 Instruction to Offerors Commercial Items (October 2015) 52.212-2, Evaluation Commercial Items: The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the proposal. The Government reserves the right to make an award without discussions. 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. The following factors shall be used to evaluate offers: 1. Technical Approach (60) 2. Personnel Requirements and Organizational Experience (40) 3. Price (Price will be evaluated separately but not scored) 4. Past Performance (evaluated separately but not scored) Technical, personnel requirements and organizational Experience when combined are significantly more important than cost or price. b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.212-3 Offerors Representations and Certifications Commercial Items (April 2016) WITH DUNS NUMBER ADDENDUM (52.204-6 (July 2013): 52.212-4 Contract Terms and Conditions Commercial Items (May 2015), applies to this acquisition. 52.212-5 Contract terms and Conditions Required to Implement Statutes or Executive Orders---Commercial Items (June 2016). The following additional FAR clauses cited in this clause are applicable: (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402) 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards (JUL 2013) (Pub.L. 109-282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (AUG 2013) (31 U.S.C. 6101 note). 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JAN 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). 52.219-8 Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637 (d) (2) and (3). 52.219-28 Post Award Small Business Program Representation (JUL 2013) (15 U.S.C. 632(a) (2)). 52.222-3 Convict Labor (JUNE 2003) (E.O. 11755). 52.222-19 Child Labor Cooperation with Authorities and Remedies (JAN 2014) (E.O. 13126). 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (MAR 2007) (E.O. 11246). 52.222-35 Equal Opportunity for Veterans (JUL 2014) (38 U.S.C. 4212). 52.222-36 Affirmative Action for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). 52.222-37 Employment Reports on Veterans (JUL 2014) (38 U.S.C. 4212). 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (AUG 2011)(E.O. 13513). 52.225-5 Trade Agreements (NOV 2013) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). 52.225-13 Restrictions on Certain Foreign Purchase (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33 Payment by Electronic Funds Transfer System for awards Management (JUL 2013) (31 U.S.C. 3332). 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Full text copies of the representations and certifications for other cited provisions and clauses may be obtained on line at the NCI website at http://ncioa.cancer.gov/oa-internet/reference.jsp or from Kimesha Leake, Contracting Specialist at Kimesha.leake@nih.gov OFFERORS: Offers must be submitted on an SF-1449 with a completed 52.212-3 Offeror Representations and Certifications-Commercial Items-with DUNS Number Addendum, signed by an authorized representative of the offeror OR provide a copy of the valid certification registrations of the offeror's Central Contractor Registration (CCR) and Online Representations and Certifications Applications (ORCA) through www.sam.gov. Quotations must be received in the NCI-OA contracting office by 5:00 pm EST on September 6, 2016. Please refer to solicitation number N02RC62621-24 on all correspondence. No collect calls will be accepted. Electronic quotations will be accepted. All questions shall be in writing and may be addressed to the aforementioned individual noted above. In order to receive an award, contractors must be registered and have valid certification in the Central Contractor Registration (CCR) and the Online Representations and Certifications Applications (ORCA) through www.sam.gov. BASIS FOR AWARD: Selection of an offeror for award will be based on an evaluation of proposals against four factors. The factors, in order of importance are: technical, personnel requirements and organizational experience, and price. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. However, cost/price may become a critical factor in source selection in the event that two or more offerors are determined to be essentially equal following the evaluation of all factors other than cost/price. The process described in FAR 15.101-1 may be employed, which permits the Government to make tradeoffs among cost or price and non-cost factors to consider award to other than the lowest price offer or other than the highest technically rated factor. The Government intends to make an award to the offeror whose proposals provide the best overall value to the Government. The evaluation will be based on the demonstrated capabilities of the prospective Contractors in relation to the needs set forth in the Combined Synopsis/Solicitation. The merits of each proposal will be evaluated carefully. Each proposal must document the feasibility of successful implementation of the requirements of the Combined Synopsis/Solicitation. Offerors must submit information sufficient to evaluate their proposals based on the detailed factors listed below. The Evaluation Process: The Government will award a contract resulting from this quotation to the responsible contractor whose quote conforming to the quotation will be the most advantageous to the Government, price and other factors considered. The following evaluation factors shall be used to evaluate the prospective contractors and are listed in order of importance. 1. Technical Approach (60) 2. Personnel Requirements and Organizational Experience (40) 3. Price (evaluated but not scored) 4. Past performance (evaluated but not scored) TECHNICAL EVALUATION CRITERIA: 1. Technical Approach: (60 points): • The Offeror will be evaluated by the quality and reasonableness of the proposed technical plan as evidence of understanding of the scope, purpose, and complexity of the requirements as described in the Statement of Work (SOW) in enough detail that someone with a rudimentary knowledge of the subject would be able to understand the offeror's ability to perform the work. The proposed technical plan shall demonstrate the following: o Evidence that previous work performed from at least two (2) past clients with DEPArray V2 Instrument meets the standards of the government-owned DEPArray V2 Instrument. o Interaction with Silicon Biosystems service engineers and knowledge of the interface between this instrument. o Ability to demonstrate email and telephone technical expertise on troubleshooting DEPArray V2 Instrument. o Demonstrate knowledge and expertise on servicing and troubleshooting the same or similar instruments as listed on the Statement of Work (SOW). o Must show evidence of ownership of diagnostic software use to remotely identify problems with the equipment. 2. Personnel Requirements and Organizational Experience: (40 Points): • The Offeror will be evaluated by the appropriateness and adequacy of the proposed project personnel and organization experience as it relates to the completion of the requirements in the Statement of Work, including the responsibilities and level of effort for all personnel who will be assigned to the contract. Staff as well as their detailed qualifications must be described. The key personnel assigned to this contract shall include: Field Service Representatives and Certified Service Engineers. The contractor shall provide a copy of the certificate of key personnel that will be performing the work stated in the SOW. Contractor shall also include the following in the quote/proposal: o Demonstrate completion of certification for end-to-end system maintenance and repair (including both hardware and software) o Demonstrate completion of biannual (every 2 years) certification renewal for all service engineers to service instruments o Demonstrate the ability to have on-site response capabilities within 72 hours working days since initial call by customer through the number of available, certified service engineers staffed in the company o Be certified and trained by the manufactuer as a user of the DEPArray Instrument, and demonstrate significant experience with the instrument, software, and with image and data analysis o Demonstrate significant hands on experience with cell culture, flow cytometry, imaging instrument, fluorescent staining, DNA/RNA expression analysis is required. 3. Past Performance Offerors shall submit the following information as part of their response: • A list of the three (3) contracts providing similar products or services working onsite at the clients facility containing a DEP Array V2 Instrument completed during the past ten years and all contracts currently in process that are similar in nature to the solicitation. Contracts listed may include those entered into by the Federal Government, agencies of state and local governments and commercial concerns. Quoters/Offerors that are newly formed entities without prior contracts should list contracts and subcontracts as required above for all key personnel. The list of contracts is preferably related to past experience with a DEP Array V2 Instrument, as experience with other instruments may be irrelevant. Include the following information for each contract or subcontract: 1. Name of Contracting Organization 2. Contract Number (for subcontracts, provide the prime contract number and the subcontract number) 3. Contract Type 4. Total Contract Value 5. Description of Requirement 6. Contracting Officer's Name and Telephone Number 7. Program Manager's and Telephone Number 8. Standard Industrial Code o The quoter/offeror must provide specific information on problems with DEP Array V2 instrument encountered on the identified contracts and the quoter's/offeror's corrective actions. Each quoter/offeror may be evaluated on their performance under existing and prior contracts for similar products or services. The Government is not required to contact all references provided by the quoter/offeror. Also, references other than those identified by the quoter/offeror may be contacted by the Government to obtain additional information that will be used in the evaluation of the quoter/offeror's organizational experience. The Government may evaluate the offeror's past performance on organizational experience based on information obtained from references provided by the offeror, other relevant past performance on organizational experience information obtained from other sources known to the Government, and any information supplied by the offeror concerning problems encountered on the identified contracts and corrective action taken. The Government will assess the relative risks associated with each offeror. Performance risks are those associated with an offeror's likelihood of success in performing the acquisition requirements as indicated by that offeror's record of past performance. 4. Price Price Evaluation: Offerors price proposal will be evaluated for reasonableness. For price to be considered to be reasonable, it must represent a price to the Government that a prudent person would pay when consideration is given to the price in the market. Normally, price reasonableness is established through adequate price competition, but may also be determined through price analysis techniques as described in FAR 15.404
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02RC62621-24/listing.html)
 
Record
SN04243608-W 20160828/160826235313-4328fb917572d415eea805bf77a83dac (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.