SOLICITATION NOTICE
J -- Maintenance Services Columbus Instruments CLAMS system and supporting equipment
- Notice Date
- 11/21/2016
- 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 Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
- ZIP Code
- 20892-7902
- Solicitation Number
- NHLBI-CSB-HL-2017-032-KEW
- Archive Date
- 12/13/2016
- Point of Contact
- Kyle Wisor, Phone: 3014023670, Jonathan M. Lear, Phone: 3014514470
- E-Mail Address
-
Kyle.Wisor@nih.gov, john.lear@nih.gov
(Kyle.Wisor@nih.gov, john.lear@nih.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- (1) Action Code: Combined Synopsis/Solicitation (2) Date: November 21 (3) Year: 2016 (4) Contracting Office Zip Code: 20892 (5) Classification Code: J066 (6) Contracting Office Address: 6701 Rockledge Drive Rockledge II Bethesda, MD 20892 (7) Subject/Title: Maintenance Services Columbus Instruments CLAMS system and supporting equipment (8) Proposed Solicitation Number: NHLBI-CSB-HL-2017-032-KEW (9) Closing Response Date: 11/28/16 (10) Contact Point: Kyle Wisor, Contract Specialist (11) Contract Award and Solicitation Number: TBD (12) Contract Award Dollar Amount: UKN (13) Contract Line Item Number(s): Line Item 1: Contractor Maintenance Service Plan (14) Contractor Award Date: UKN (15) Contractor Name: TBD (16) Background: The National Institute of Health (NIH) is the nation's leading medical research agency and the primary Federal agency conducting, supporting and making medical discoveries that improve people's health and save lives. The National Heart, Lung, and Blood Institute (NHLBI) provides global leadership for a research, training, and education program to promote the prevention and treatment of heart, lung, and blood diseases and enhance the health of all individuals so that they can live longer and more fulfilling lives. The NHLBI Murine Phenotyping Core (MPC) requires an annual service agreement for the maintenance, repair, and software upgrades on a Columbus Instruments custom designed Comprehensive Laboratory Animal Metabolic System and the associated temperature controlled cabinet (CLAMS) and software, a metabolic treadmill, two Eco 6 lane treadmills with shockers, a 4 chamber Oxymax, a Rotamex 4 lane rota rod, and a grip strength meter. This equipment was purchase 8 years ago and is used by investigators NIH wide to research live Animals during long term studies. (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; quotes are being requested and a written solicitation will not be issued." (ii) The solicitation number is NHLBI-CSB-HL-2017-032-KEW and the solicitation is issued as a request for quote (RFQ). (iii) The solicitation document, the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89 effective 01 NOV 2016. (iv) The associated NAICS code is 811219, Other Electronic and Precision Equipment Repair and Maintenance, and the small business size standard is $20.5M. The acquisition is being conducted in accordance with the procedures of FAR Part 12 and 13. (v) The Contractor Requirements are listed below: Scope of Work The contractor shall provide a service maintenance plan in accordance to their standard commercial practices. The service plan shall include 1 annual on-site service visit with appropriate labor. The complete equipment list includes: Product Name: CLAMS System; Product Code: 090501 Product Name: CLAMS System; Product Code: 070447 Product Name: 4 Chamber Oxymax with Running Wheels Product Name: Modular Treadmill Calibration (2) Product Name: Exer 3/6 Treadmill Calibration (3) Product Name: Rotamex-5 Product Name: Grip Strength Meter Validation Contractor Requirements Personnel shall be factory trained and have experience in the servicing aforementioned instruments. All primary service personnel shall have at least one backup Field Service representative with at least the same level of expertise on the equipment covered by this contract. At a minimum, the offerors quote must address each aspect of the maintenance plan including but not limited to, preventative maintenance, emergency services, replacement parts, software updates, service exclusions, and personnel qualifications. (vi) Period of Performance Base Year: 11/30/16 - 11/29/17 Option Year 1: 11/30/17 - 11/29/18 Option Year 2: 11/30/18 - 11/29/19 Option Year 3: 11/30/19 - 11/29/20 Option Year 4: 11/30/20 - 11/29/21 Place of Performance National Institutes of Health, NHLBI 14 Service Road West Bethesda, MD 20892 (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, is applicable. Award will be made to the contractor providing the most advantageous quote to the Government, technical factors and price considered. Technical Factors 1. Offeror's experience in servicing the requested equipment 2. Offeror's response time to service requests on site and electronically/telephonically 3. Availability of OEM repair parts 4. Offeror's maintenance plan meeting the needs of the requirement (x) FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, is applicable. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (p) of this provision. (xi) FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. Including the following clauses and Prohibitions:  52.219-6, Notice of Total Small Business Aside  52.219-13, Notice of Set-Aside of Orders  52.219-28, Post Award Small Business Program Representation  52.222-3, Convict Labor  52.222-21, Prohibition of Segregated Facilities  52.222-26, Equal Opportunity  52.222-36, Equal Opportunity for Workers with Disabilities  52.222-50 Combating Trafficking in Persons  52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving  52.225-13, Restrictions on Certain Foreign Purchases  52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (xiii) Additional Clauses:  52.232-39, Unenforceability of Unauthorized Obligations.  52.217-9, Option to extend the term of the contract (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable. (xv) All responses must be received by November 28, 2016 at 9:00 AM and must reference number NHLBI-CSB-HL-2017-032-KEW. Responses may be submitted electronically to Kyle.Wisor@nih.gov or by U.S. mail to the National Heart, Lung, and Blood Institute, Office of Acquisitions, COAC Services Branch, 6701 Rockledge Drive, Suite 6150B, Bethesda, MD 20892-7902, Attention: Kyle Wisor. Phone: 301-827-7736; Fax responses will not be accepted (17) Place of Contract Performance: National Institutes of Health, NHLBI 14 Service Road West Bethesda, MD 20892 (18) Set-aside Status: Total Small Business
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-CSB-HL-2017-032-KEW/listing.html)
- Place of Performance
- Address: National Institutes of Health, NHLBI, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN04333569-W 20161123/161121234500-b302d3f188bb71698f654f374725814d (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 |