SOLICITATION NOTICE
J -- Repair of Biacore T200 SPR Instrument - Wage Determination
- Notice Date
- 9/19/2017
- 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 (W911QX) Adelphi, 2800 POWDER MILL RD, ADELPHI, Maryland, 20783-1197, United States
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX17T0303
- Archive Date
- 10/6/2017
- Point of Contact
- Crystal L. Demby, Phone: 3013945332
- E-Mail Address
-
crystal.l.demby.civ@mail.mil
(crystal.l.demby.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- PWS Combination Synopsis Solicitation Provision and Clauses Wage Determination COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS 1. Class Code: J066 2. NAICS Code: 811219 3. Subject: INTENT TO SOLE SOURCE - Service and repair of one (1) existing Biacore T200 SPR instrument, which includes two (2) preventative maintenance service visits per year. Two (2) one (1) year options are to be included. 4. Solicitation Number: W911QX-17-T-0303 5. Set-Aside Code: N/A 6. Response Date: Five (5) Days after posting 7. Place of Delivery/Performance: U.S. Army Research Laboratory Army Research Laboratory 2800 Powder Mill Road Adelphi, MD 20783-1145 8. (i) This is a 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; proposals are being requested and a written solicitation will not be issued. INTENT TO SOLICIT ONLY ONE SOURCE The proposed contract action is for supplies or services for which the Government is soliciting and negotiating with only one source under the authority of FAR 13.106-1(b)(1)(i), which states "Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements." The name of the company the Government intends to award a contract to is GE Healthcare Bio-Sciences Corp., 100 Results Way, Marlborough, MA, 01752-3078, UNITED STATES. This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received prior to the closing date and time of this solicitation. (ii) The solicitation number is W911QX-17-T-0303. This acquisition is issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, Effective 19 Jan 2017. (iv) The associated NAICS code is 811219. The small business size standard is $20.5M. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001 The Contractor shall provide servicing and repairs for one (1) existing Biacore T200 SPR instrument, which includes two (2) preventative maintenance service visits per year, in accordance with Section C.3 of the Performance Work Statement (PWS), QTY. One (1) Job. CLIN 0002 OPTION YEAR ONE (1) CLIN 0003 OPTION YEAR TWO (2) CLIN 0004 Contractor Manpower Reporting CLIN 0005 DATA (vi) Description of requirements: C.1 Background The Biotechnology Branch within the Sensors and Electron Devices Directorate (SEDD) at the U.S. Army Research Laboratory (ARL) has previously acquired a Biacore T200 Surface Plasmon Resonance (SPR) instrument, Serial Number 29003121-1900152, under Contract Number W911QX-15-P-0024 for the study of interactions between biological materials in order to understand the strength of these interactions, their reaction rates, and overall performance. The Biacore T200 SPR instrument also allows the Biotechnology Branch to tune into these interactions in an innovative and interactive fashion for further discovery. This instrument is vital to ARL's mission, as well as for conducting research for the High-throughput Development of Biosensor Reagents Program, and requires regular calibration and servicing to achieve optimal performance. C.2 Objective The Government requires the service and repair of one (1) existing Biacore T200 SPR instrument, which includes two (2) preventative maintenance service visits per year. The period of performance (PoP) for this contract will be one (1) year; the first preventative maintenance service visit shall be performed after contract award, while the second preventative maintenance service visit shall be performed six (6) months later. These preventative maintenance service visits shall include all travel, necessary parts, and unlimited breakdown calls in the event the instrument breaks down, with critical parts exchanges and priority responses. C.3 Requirement The Contractor shall provide two (2) preventative maintenance service visits for one (1) existing Biacore T200 SPR instrument, located at the U.S. Army Research Laboratory, 2800 Powder Mill Road, Adelphi, MD 20783. The first visit shall be performed after contract award, while the second visit shall be performed six (6) months afterward. C.3.1 Preventative Maintenance visits. The Contractor shall perform the following services in order to maintain optimal performance of the existing, Government-owned Biacore T200 SPR instrument: C.3.1.1 The Contractor shall verify that the system has not been exposed to hazardous samples prior to conducting any maintenance. C.3.1.2 The Contractor shall provide maintenance to the optical unit and thermostatic control, including cleaning the prism, installing one (1) new Opto-interface, and cleaning and inspecting the injection unit. C.3.1.3 During the initial service visit, the Contractor shall install one (1) new Integrated Microfluidic Cartridge (IFC) and inspect it accordingly during any follow-up visits. C.3.1.4 The Contractor shall properly clean, inspect, and lubricate the Rack Drive Unit accordingly. C.3.1.5 The Contractor shall properly clean, inspect, and test the Pneumatic Control Unit accordingly. C.3.1.6 The Contractor shall properly clean, inspect, and lubricate the Pump Unit and Liquid System, as well as install two (2) new syringe plungers and three (3) new peristaltic pump tubes into the Pump Unit and Liquid System. C.3.1.7 The Contractor shall inspect running performance of the instrument. C.3.1.8 The Contractor shall update, inspect, and monitor the System Controller to ensure proper and appropriate functionality. C.3.1.19 The Contractor shall update installed software to ensure it is operating with the most current version. C.3.1.10 The Contractor shall provide a ninety (90) day warranty, covering all parts comprising the instrument, as well as all spare parts and integrated µ-fluidic cartridges, which shall be replaced during each preventative maintenance visit. C.3.2 Unlimited Breakdown Calls. The Contractor shall provide unlimited breakdown calls during normal working hours throughout the PoP. C.3.2.1 The Contractor shall provide unlimited responses to instrument breakdowns, defects, or failures. This includes, but is not limited to, unlimited technical support calls and priority response times of no more than three (3) standard business days. C.3.3 Work Schedule. All work shall be accomplished during the Government's normal working hours. Normal working hours are from 7:15 a.m. to 4:15 p.m. Eastern Standard Time (EST), Monday through Friday with the exception of holidays (a detailed list of federally-observed holidays will be placed under Section H of the contract). C.3.4 Safety: The Contractor shall work in a safe manner and comply with all applicable provisions of the Federal Occupational Safety and Health Administration (FOSHA) standards and directives, as well as the regulations stated in the ARL Safety Program and ARL Biosafety manual. C.3.4.1 Personal Protective Equipment (PPE) for the eyes, face, head, and extremities are required to be worn at all times while on site, and will be provided by the Government. C.3.5 Deliverables. The Contractor shall deliver the following reports after each service visit as described below and within the corresponding DD1423: C.3.5.1 Preventative maintenance record documentation shall be submitted in.pdf format to ensure the services were performed according to Section C.3 of the Performance Work Statement (PWS). C.3.5.2 Customer Service Report, including, but not limited to, the problem(s) with the instrument (breakdown, defect, failure), the actions taken to resolve the issue(s), performance test results, etc. C.4 CONTRACT OPTIONS C.4.1 Option Year One (1) Maintenance. If exercised by the Government, the Contractor shall provide maintenance services in accordance with Sections C.3 of the PWS. C.4.2 Option Year Two (2) Maintenance. If exercised by the Government, the Contractor shall provide maintenance services in accordance with Sections C.3 of the PWS. C.5 AT/OPSEC C.5.1 Access and general protection/security policy and procedures. This standard language is for Contractor employees with an area of performance within Army controlled installation, facility, or area. Contractor and all associated sub-contractors employees shall provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements (FAR clause 52.204-9, Personal Identity Verification of Contractor Personnel) as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. C.5.2 For contractors that do not require CAC, but require access to a DoD facility or installation. Contractor and all associated sub-contractors employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (TSDB) (Army Directive 2014-05/AR 190-13), applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative), or, at OCONUS locations, in accordance with status of forces agreements and other theater regulations. C.6 Distribution Statement C.6.1 The Contractor shall distribute this PWS in accordance with the following distribution statement: Distribution Statement A: 0. Approved for public release; distribution is unlimited (18 September 2017). (vii) Delivery is required by 30 October 2017. Delivery shall be made to U.S. Army Research Laboratory, Adelphi, MD. Acceptance shall be performed at U.S. Army Research Laboratory, Adelphi, MD. The FOB point is U.S. Army Research Laboratory, Adelphi, MD. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: NONE. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: N/A - Notice of Intent to Sole Source. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause NONE. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2015) 52.204-18 COMMERICAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2015) 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS CONTRACTORS 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.203-7994 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS--REPRESENTATION (DEVIATION 2017-O0001) (NOV 2016) 252.203-7995 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (DEVIATION 2017-O0001)(NOV 2016) 252.204-7000 DISCLOSURE OF INFORMATION 252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (SEP 2015) 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INTRUCTIONS 252.204-0007 Contract-wide: Sequential ACRN Order. (SEP 2009) --- 52.204-10 CONTRACTOR CODE OF BUSINESS ETHICS AND CONDUCT (APR 2010) 52.209-6 PROTECTING THE GOVERNMENT' INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (AUG 2013) 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013) 52.222-3 CONVICT LABOR (JUN 2003) 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (FEB 1999) 52.222-26 EQUAL OPPORTUNITY (MAR 2007) 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014) 52.222-50 COMBATING TRAFFICKING IN PERSONS (FAR 2015) 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-CENTRAL CONTRACTOR REGISTRATION (JUL 2013) 52.232-36 PAYMENT BY THIRD PARTY (MAY 2014) 52.222-41 SERVICE CONTRACT ACT OF 1965 (MAY 2014) 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 2014) 52.222-55 MINIMUM WAGES UNDER EXECUITVE ORDER 13658 (DEC 2014) 52.222-62 PAID SICK LEAVE UNDER EXECUTIVE ORDER 13706 (JAN 2017) (E.O. 13706) (xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (AUG 2015) 252.204-7009 LIMITATIONS ON THE USE OR DISCLOSURE OF THIRD-PARTY CONTRACTOR INFORMATION 252.204-7011 ALTERNATIVE LINE ITEM STRUCTURE (SEP 2011) 252.204-7015 DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (FEB 2014) 252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM (MAY 2011) 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.237-7010 PROHIBITION ON INTERROGATION OF DETAINEES BY CONTRACTOR PERSONNEL (NOV 2010) 252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (MAY 2002) FULL TEXT CLAUSES ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT INTENT TO SOLICIT ONLY ONE SOURCE TYPE OF CONTRACT (Reference: 52.216-1) ACCOUNTING FOR CONTRACT SERVICES REQUIREMENT - ENTERPRISE-WIDE CONTRACTOR MANPOWER REPORTING APPLICATION (CMRA) ARL/ALC/GARRISON NON-PERSONAL SERVICES (JUL 2012) DISTRIBUTION STATEMENT A GOVERNMENT INSPECTION AND ACCEPTANCE EXERCISE OF OPTION PAYMENT OFFICE (BANKCARD - INVOICES REQUIRED) TAX EXEMPTION CERTIFICATE (ARL) SUPERVISION OF EMPLOYEES WORK HOURS IDENTIFICATION OF CONTRACTOR EMPLOYEES GOVERNMENT-CONTRACTOR RELATIONSHIPS COMMERCIAL ACQUISITION PROVISIONS AND CLAUSES (DFARS) EXCEPTIONS OR CONDITIONS CONTAINED IN OFFEROR'S PROPOSAL ADELPHI CONTRACTING DIVISION WEBSITE FOREIGN NATIONALS PERFORMING UNDER CONTRACT PAYMENT TERMS (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. (xv) The following notes apply to this announcement: In accordance with FAR 32.003, contract financing cannot not be provided for this acquisition. (xvi) Offers are due on five (5) days after posting by 11:59 p.m., to crystal.l.demby.civ@mail.mil OR Lindsay.n.sayers.ctr@mail.mil. (xvii) For information regarding this solicitation, please contact Cristina Watkins, 301-394-5332, crystal.l.demby.civ@mail.mil OR Lindsay Sayers, 301-394-2382, Lindsay.n.sayers.ctr@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/252311c474c91bef363057fd2f133737)
- Place of Performance
- Address: U.S. Army Research Laboratory, Army Research Laboratory, 2800 Powder Mill Road, Adelphi, Maryland, 20783, United States
- Zip Code: 20783
- Zip Code: 20783
- Record
- SN04685455-W 20170921/170919232936-252311c474c91bef363057fd2f133737 (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 |