SOLICITATION NOTICE
J -- Orbitrap Maintenance & Repair - Bid Schedule
- Notice Date
- 4/17/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W91ZLK) TENANT CONTRACTING DIV, 6001 COMBAT DR, ABER PROV GRD, Maryland, 21005-1846, United States
- ZIP Code
- 21005-1846
- Solicitation Number
- 0011008393
- Archive Date
- 6/1/2017
- Point of Contact
- Ariel J. Martin, Phone: 4438614745
- E-Mail Address
-
ariel.j.martin2.civ@mail.mil
(ariel.j.martin2.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Bid Schedule must be submitted with offer. COMBINED SYNOPSIS/SOLICITATION 0011008393 PREVENTIVE MAINTENANCE, REPAIR SERVICE AND TECHNICAL SUPPORT FOR THERMO ORBITRAP FUSION ETD BRAND NAME OR EQUAL This combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95 (13 January 2017). The solicitation number for this Request for Quote (RFQ) is 0011008393. This requirement is under the associated North American Industry Classification System (NAICS) Code 811219, Other Electronic and Precision Equipment Repair and Maintenance and the Small Business Size Standard $20.5M. The Government contemplates award of a Firm-Fixed Price in accordance with FAR 13.500. This procurement will be evaluated as Brand Name or Equal, lowest price technically acceptable, for the procurement of the following services/materials. 1. LTQ-ETD-XL Mass spectrometry system Including: Preventative Maintenance and Repair Service, in accordance with the attached Performance Work Statement. Instructions to Offerors: Place of performance shall be at Edgewood Chemical and Biological Center, Cb point detection laboratory. The estimated period of performance for this contract will be 28 August 2017 to 27 August 2018. The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at FAR 52.212-2 - Evaluation -- Commercial Items, does not apply to this acquisition. Evaluation (a) The contract will be awarded to the Lowest Price Technically Acceptable (LPTA) offeror. The technical evaluation will be a determination based on information furnished by the vendor in the submitted quotes. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. (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. The provision at FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items. All quotations from responsible sources will be fully considered. Vendors, who are not registered in the System for Award Management (SAM), prior to award, will not be considered. Vendors may register with SAM by going to www.sam.gov. The provision at FAR 52.212-4 -- Contract Terms and Conditions -- Commercial Items. This clause applies in its entirety and there are currently no addenda to the provision. The provision at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. This clause applies, and the following clauses are incorporated by reference. The following provisions and clauses will be incorporated by reference, and the full text of the references may be accessed electronically at this address: http://farsite.hill.af.mil: (a) (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) (3) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (4) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)). 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). (b) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (July 2013) (31 U.S.C. 6101 note). 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (July 2013) (41 U.S.C. 2313). 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009). 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). 52.222-54, Employment Eligibility Verification (Oct 2015). (E. O. 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (Oct 2016). (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017). Note to paragraph (b)(35): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction. 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). (c) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.). 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67) 52.217-8 Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor at least 30 days before the contract expires. ALL QUOTES SHALL BE SUBMITTED VIA EMAIL WITH THE SUBJECT LINE: 0011008393 Q UOTE FROM (INSERT COMPANY NAME) See Bid Schedule Attached. Bid Schedule must be submitted with offer. All questions regarding this solicitation must be submitted to the Purchasing Agent via email no later than 12:00 p.m. EST, 26 April 2017. Please submit questions to Ariel Martin, via email at ariel.j.martin2.civ@mail.mil. All Firm Fixed Price (FFP) quotes must be signed, dated, and received by 12:00 p.m. EST, 17 May 2017. All quotations from responsible sources will be considered. Vendors who are not registered in the System for Award Management (SAM) database prior to award will not be considered. Vendors may register with SAM by calling 1-866-606-8220 or online at https://www.sam.gov. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications- Commercial Items, with its offer. NO TELEPHONE REQUESTS WILL BE HONORED. PERFORMANCE WORK STSTEMENT PREVENTIVE MAINTENANCE, REPAIR SERVICE AND TECHNICAL SUPPORT FOR THERMO ORBITRAP FUSION ETD 1.0 Scope: This contract is to provide on-site preventive maintenance (PM) and instrument service for equipment located at the CB Detection Spectrometry Branch (DSB), Edgewood Chemical and Biological Center (ECBC), Aberdeen Proving Ground (Edgewood Area). 1.1 Background. The DSB is responsible for performing time-sensitive analysis of samples related to biological and chemical detection and identification analysis using high-end analytical equipment. In order to support its customers, the laboratory requires the use of a vendor to provide preventive maintenance and remedial repair services for the analytical equipment used in these operations. 1.2 Objective. The objective of this contract is to provide full-service preventive maintenance support, unlimited on-site repairs, on-line technical support, and telephone assistance to resolve technical problems to a suite of Thermo Electron instruments. 2.0 Applicable Documents: 2.1. Manufacturers' Equipment Specifications and Guides. 3.0 Requirements: The contractor, as an independent contractor and not as an agent of the Government, shall furnish the necessary resources (except those specifically designated as Government-furnished) to perform the following work: 3.1 Preventive Maintenance and Instrument Service. The contractor shall provide on-site preventive maintenance and instrument service for all equipment specified in the following pages. The timing will be scheduled by mutual agreement between the Government and the Contractor. 3.1.1 The contractor shall provide all necessary maintenance; labor, including travel time; repair parts; maintenance supplies; tools; test equipment; transportation; documentation and other related services. Maintenance services shall be performed in accordance with the manufacturer's commercial practices 3.1.2 Contractor shall provide software upgrades, on-line technical support and telephone assistance to resolve technical problems. 3.1.3 The contractor shall perform preventive maintenance inspections in accordance with the manufacturer's procedures and recommendations, including testing of equipment and repair or replacement of defective parts and components. 3.1.4 The contractor shall calibrate equipment that requires calibration and shall include all actions to completely test and calibrate the product to the original manufacturer's specification. 3.1.5 The contractor's Field Service Engineer shall prepare and maintain complete maintenance records on all equipment under the contract. These records shall be made available for review by the Government during contract performance. A copy of the service report and record of maintenance shall be provided to the COR upon request. 3.1.6 The contractor shall not exchange equipment without written consent of the COR. The Contracting Officer shall be notified when this service would affect a change in the equipment under contract. 3.2 Remedial Maintenance Contractor shall perform remedial maintenance (repairs) after notification that equipment is inoperative. The contractor shall provide the COR with designated points of contact and make arrangements to enable its maintenance representative to receive such notification. The contractor shall also provide secondary points of contact in the event that the primary point of contact is not available. 3.3 Administration. 3.3.1 On-Site Workers. The contractor support personnel working on-site shall: 3.3.1.1 Implicitly consent to US Army vehicle searches, monitoring and surveillance, while entering and working on the US Army facility. 3.3.1.2 Wear a visitor badge attached above the waist or on a lanyard around the neck at all times while in a government owned or controlled building or facility. The company will return all issued installation badges, and/or access passes to the COR when the contractor employee no longer requires access to the installation or facility. 3.4 Safety and Health. The contractor shall not be required to inspect, repair or perform maintenance on systems or equipment that are contaminated or perform work under unsafe conditions. 3.5 Security. 3.5.1 This contract is unclassified and does not contain security requirements or a Contract Security Classification Specification, DD Form 254. 3.6 Performance Outcomes. The outcomes to be satisfied under this contract include high quality, cost effective performance with consistent adherence to schedule and reliability requirements. The Government will use the Quality Assurance Surveillance Plan provided at Appendix A as the basis for assessing the contractor's performance. 4.0 Government Furnished Property. The contractor shall perform maintenance and technical support on equipment provided on-site at Edgewood Chemical and Biological Center, Cb point detection laboratory. 5.0 Deliverables: The contractor shall provide repair or replacement of defective parts and components throughout the period of performance to ensure systems and equipment remain operational. 6.0 Government Point of Contact. Equipment for Service contract coverage: LTQ-ETD-XL Mass spectrometry system END PWS
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/3192807f40b3e3c3a9263b4b79d46ec5)
- Place of Performance
- Address: Place of performance shall be at Edgewood Chemical and Biological Center, Cb point detection laboratory., Maryland, United States
- Record
- SN04475227-W 20170419/170417235226-3192807f40b3e3c3a9263b4b79d46ec5 (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 |