SOLICITATION NOTICE
J -- Maintenance and Repair Services for the Zeiss LSM510 Confocal Microscope
- Notice Date
- 10/25/2018
- 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 Institute on Drug Abuse, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
- ZIP Code
- 20892-9559
- Solicitation Number
- HHS-NIH-NIDA-CSS-19-00001
- Archive Date
- 11/24/2018
- Point of Contact
- Rieka Plugge, Phone: (301) 827-7515
- E-Mail Address
-
rieka.plugge@nih.gov
(rieka.plugge@nih.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is HHS-NIH-NIDA-CSS-19-00001 and the solicitation is issued as a request for quotation (RFQ). This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5-Simplified Procedures for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100, dated 22 Aug 2018. The solicitation is a total small business set-aside. The associated NAICS code is 811219 and the small business size standard is $20.5 million. Supplies or Services and Prices The National Institute of Neurological Disorders and Stroke (NINDS) has a non-personal services requirement for maintenance and repair services for the Synaptic Physiology Section's Zeiss LSM510 Confocal Microscope. Price Schedule Line Item: 0001 Item: Maintenance and Repair Services for Zeiss LSM 510 Confocal Microscope - Base Period Quantity: 1 Unit of measure: AN Total Price: $_________ Line Item: 0002 Item: Maintenance and Repair Services for Zeiss LSM 510 Confocal Microscope - Option Period One (1) Quantity: 1 Unit of measure: AN Total Price: $_________ Line Item: 0003 Item: Maintenance and Repair Services for Zeiss LSM 510 Confocal Microscope - Option Period Two (2) Quantity: 1 Unit of measure: AN Total Price: $_________ Line Item: 0004 Item: Maintenance and Repair Services for Zeiss LSM 510 Confocal Microscope - Option Period Three (3) Quantity: 1 Unit of measure: AN Total Price: $_________ Total Price (inclusive of the base period and all option periods): $_________ Background and Requirement The NINDS Synaptic Physiology Section explores the dynamics and modulation of transmitter release, diffusion, and receptor activation at excitatory and inhibitory synapses in the mammalian central nervous system (CNS). Investigators study the biophysics of synaptic transmission and mechanism by which neurons integrate synaptic information. In many retinal neurons, key information processing occurs in processes that are distant from the cell body, such that cannot be detected by a somatic electrode. The study of such neurons benefits particularly from recent optical techniques that employ florescent sensors to measure changes in the membrane potential or calcium in remote areas in the cell. Providing investigators access to a state-of-the-art photon laser scanning microscope system is crucial to the mission of the NINDS and the Synaptic Physiology Section. The Contractor shall provide all services, materials, equipment, and travel necessary for the preventive maintenance and repair services of the Government owned Zeiss LSM 510 Confocal Microscope, not otherwise provided by the Government as needed to perform the requirements below: 1. The Contractor shall perform one preventive maintenance to industry standards during the base period and all option periods and shall include cleaning, inspection and alignment of the instrument to ensure optimal operating performance. 2. The Contractor shall have and maintain an adequate inventory of repair parts to service the equipment listed herein and as may be needed in the performance of this requirement. The replacement of failed component parts, as determined by a qualified technician's field service representative, shall be provided for under this agreement at no additional charge to the Government. Parts, components, or assemblies replaced under this agreement shall be guaranteed to be new or perform as equivalent to new. a. Components included in the coverage by this agreement are: The basic LSM, microscope(s), scan module, spectral detector, electronics controller, system controller, system control software, stage, Ar CW gas/HeNe lasers, and power supplies. b. System Controller: The system controller (the computer hardware), monitors, mouse, and keyboard are covered under this agreement. The contractor is not responsible for customer data and images acquired by the users. c. Lasers: Argon 488nm CW gas, HeNe 543nm, HeNe 633nm lasers on the LSM 510 laser module shall be included in this agreement (labor and parts). Service labor relating to the replacement and alignment of all other types of lasers shall be included. d. The Contractor shall not be responsible for external ultrafast 2P/NLO/IR/UV/NUV laser systems, objective lenses, filters, and expendable items such as bulbs, batteries, arc lamp assembly and arc lamp power supply,and liquid light guides. The cost of shipping, repair and/or refurbishment of external lasers and power supplies shall be covered by the Government. 3. The Contractor shall provide service during normal business hours of 9:00 a.m to 5:00 p.m., EST, Monday through Friday, exclusive of Federal Holidays or Federal Closures as determined by Executive orders or OPM.gov. Federal Holidays are as follows: Janaury - New Year's Day January - Birthday of Martin Luther King, Jr. February - Washington's Birthday May - Memorial Day July - Independence Day September - Labor Day October - Columbus Day November - Veterans Day November - Thanksgiving Day December - Christmas Day 4. The Contractor shall not be liable for any loss, damage, or delay due to any cause beyond his reasonable control including but not limited to, acts of government, strikes, lockouts, fire, explosion, theft, floods, riot, civil commotion, war, malicious mischief or acts of God. The Contractor shall not be liable for delayed performance due to: 1) Strikes or delays in transportation. 2) Damage to the instrument caused by negligence, improper handling, or accident. 3) Modification of the instrument without written consent 4) Instrument failure attributable to noncompliance with the manufacturer's operating instructions. Other Considerations Access to Equipment and Utilities: The Contractor shall be provided reasonable access to the equipment that is to be serviced and utility outlets required to do the service. The Government will cooperate with Contractor personnel so that Service can be performed efficiently and without interruption. The Contractor may use Government utilities, (e.g., electrical power, compressed air, and water) that are available and required for any service performed under this resultant award. Contractor Requirements: The Contractor shall provide fully trained and qualified technicians who are factory certified by the manufacturer, Zeiss, and shall be employed in the performance of any and all work performed under this resultant award. The Contractor shall produce copies of these certificates for the field personnel that service the National Institutes of Health for verification of eligibility to perform this service. Contractor Check-In/Check-Out: The contractor is required to check-in and be cleared at the commercial vehicle inspection station on 9000 Rockville Pike, Bethesda, MD to gain access to the NIH main campus. Inspection and Acceptance: The Contracting Officer's Representative (COR) will perform inspection and acceptance of the services to be provided. Section 508 Requirements: The Contractor shall comply with Section 508 of the Rehabilitation Act (29 U.S.C. § 794d), as amended by the Workforce Investment Act of 1998 (P.L. 105-220), August 7, 1998. All tasks for testing of functional and/or technical requirements must include specific testing for Section 508 compliance, and must use NIH approved testing methods and tools. Contract Type and Period of Performance It is the Government's intent to issue a Firm Fixed Price Purchase Order and the period of performance shall include one 12-month base period and three 12-month option periods, which is anticpated to begin as follows. Base Period 12/05/2018-12/04/2019 Option Period One (1) 12/05/2019-12/04/2020 Option Period Two (2) 12/05/2020-12/04/2021 Option Period Three (3) 12/05/2021-12/04/2022 Place of Performance National Institutes of Health - Main Campus NINDS Synaptic Physiology Section 35 Convent Drive, Building 35A/Room 3E621 Bethesda, MD 20892 FOB Destination Contracting Officer's Representative (COR) The following Contracting Officer's Representative (COR) will represent the Government for the purpose of this contract: [To be specified at time of award] The COR is responsible for: (1) monitoring the Contractor's technical progress, including the surveillance and assessment of performance and recommending to the Contracting Officer changes in requirements; (2) interpreting the statement of work and any other technical performance requirements; (3) performing technical evaluation as required; (4) performing technical inspections and acceptances required by this contract; and (5) assisting in the resolution of technical problems encountered during performance. The Contracting Officer is the only person with authority to act as agent of the Government under this contract. Only the Contracting Officer has authority to: (1) direct or negotiate any changes in the statement of work; (2) modify or extend the period of performance; (3) change the delivery schedule; (4) authorize reimbursement to the Contractor for any costs incurred during the performance of this contract; (5) otherwise change any terms and conditions of this contract; or (6) sign written licensing agreements. The Government may unilaterally change its COR designation. The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition and is incorporated by reference. The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. (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. Technical and past performance, when combined, are significantly more important than cost or price. The following factors shall be used to evaluate offers: Factor 1: Technical Approach The contractor shall detail in its technical proposal how it shall meet each of the project requirements. This shall include the maintenance provision approach, including discussion of who shall perform the maintenance support, verification of contractor field service technician certifications to work on Zeiss Microscope equipment, the replacement parts and software updates which shall be available for maintenance, and expected response times. Technical approach shall be evaluated for speed of response, brand of parts available, and certification of service technicians. Factor 2: Past Performance The Contractor shall provide a list of two (2) contracts or purchase orders completed during the past five (5) years, similar in size and scope to the microscope requirements outlined in this Statement of Work. Experience must be specific to provision of microscope support services and shall include the following information for each contract or purchase order listed: a. Name of Contracting Organization b. Total Contract Value c. Description of Requirement and Specific Responsibilities of the Offeror as they relate to this SOW d. Contract Period of Performance Past Performance shall be evaluated for relevance to the current requirement. Technical proposals will be evaluated using a summary adjectival rating in accordance with the following scale: Excellent The proposal has exceptional merit and reflects an excellent approach which will clearly result in the superior attainment of all requirements and objectives. This clearly achievable approach includes several advantageous characteristics of substance, and very few disadvantages, which can be expected to result in outstanding performance. The risk of unsuccessful performance is very low as the proposal provides solutions which are unquestionably feasible and practical. These solutions are further considered very low risk in that they are exceptionally clear and precise, fully supported, and demonstrate a clear understanding of the requirements. Risk Level: Very Low Good The proposal demonstrates a sound approach which is expected to meet all requirements and objectives. This sound approach includes advantageous characteristics of substance, and few relatively minor disadvantages, which collectively can be expected to result in satisfactory performance. The risk of unsuccessful performance is low as the proposal contains solutions which are considered feasible and practical. These solutions are further considered to reflect low risk in that they are clear and precise, supported, and demonstrate an understanding of the requirements. Risk Level: Low Acceptable The proposal demonstrates an approach which is capable of meeting all requirements and objectives. The approach includes both advantageous and disadvantageous characteristics of substance, where the advantages are not outweighed by the disadvantages. Collectively, the advantages and disadvantages are likely to result in acceptable performance. The risk of unsuccessful performance is moderate, as the proposal solutions are generally feasible and practical. These solutions may also be considered to reflect moderate risk in that they may be somewhat clear and precise, partially supported, and/or demonstrate a general understanding of the requirements. Risk Level: Neutral Marginal The proposal demonstrates an approach which may not be capable of meeting all requirements and objectives. The approach has disadvantages of substance and advantages, which if they exist, are outweighed by the disadvantages. Collectively, the advantages and disadvantages present a low or questionable likelihood of resulting in satisfactory performance. The risk of unsuccessful performance is high as the proposal contains solutions which may not be feasible and practical. These solutions may also be considered to reflect high risk in that they lack clarity and precision, are generally unsupported, and/or do not demonstrate a complete understanding of the requirements. Risk Level: High Unacceptable The proposal demonstrates an approach which, based on a very high risk, will very likely not be capable of meeting all requirements and objectives. This approach has several disadvantages of substance, and advantages which, if they exist, are outweighed by disadvantages. Collectively, the advantages and disadvantages are unlikely to result in satisfactory performance. The risk of unsuccessful performance is very high as the proposal contains solutions which are not feasible and practical. The solutions may also be considered to reflect very high risk in that they lack any clarity or precision. Risk Level: Very High (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. Offerors shall include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition and is incorporated by reference. Addendum to FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. The additional contract terms and conditions are as follows. 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 within the current period of performance. (End of Clause) 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within the current period of performance; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. (End of Clause) 52.242-15 Stop-Work Order (Aug. 1989) (a) The Contracting Officer may, at any time, by written order to the Contractor, require the Contractor to stop all, or any part, of the work called for by this contract for a period of 90 days after the order is delivered to the Contractor, and for any further period to which the parties may agree. The order shall be specifically identified as a stop-work order issued under this clause. Upon receipt of the order, the Contractor shall immediately comply with its terms and take all reasonable steps to minimize the incurrence of costs allocable to the work covered by the order during the period of work stoppage. Within a period of 90 days after a stop-work is delivered to the Contractor, or within any extension of that period to which the parties shall have agreed, the Contracting Officer shall either -- (1) Cancel the stop-work order; or (2) Terminate the work covered by the order as provided in the Default, or the Termination for Convenience of the Government, clause of this contract. (b) If a stop-work order issued under this clause is canceled or the period of the order or any extension thereof expires, the Contractor shall resume work. The Contracting Officer shall make an equitable adjustment in the delivery schedule or contract price, or both, and the contract shall be modified, in writing, accordingly, if -- (1) The stop-work order results in an increase in the time required for, or in the Contractor's cost properly allocable to, the performance of any part of this contract; and (2) The Contractor asserts its right to the adjustment within 30 days after the end of the period of work stoppage; provided, that, if the Contracting Officer decides the facts justify the action, the Contracting Officer may receive and act upon the claim submitted at any time before final payment under this contract. (c) If a stop-work order is not canceled and the work covered by the order is terminated for the convenience of the Government, the Contracting Officer shall allow reasonable costs resulting from the stop-work order in arriving at the termination settlement. (d) If a stop-work order is not canceled and the work covered by the order is terminated for default, the Contracting Officer shall allow, by equitable adjustment or otherwise, reasonable costs resulting from the stop-work order. (End of Clause) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and is incorporated by reference. The following clauses listed in FAR clause 52.212-5 that are applicable to the acquisition are: 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) 52.219-13 Notice of Set-Aside of Orders (Nov 2011) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor-Cooperation With Authorities and Remedies (Jan 2018) 52.222-21 Prohibition of Segregated Facilities (Apr 2015) 52.222-26 Equal Opportunity (Sep 2016) 52.222-36 Equal Opportunity for Workers With Disabilities (Jul 2014) 52.222-50 Combating Trafficking in Persons (Mar 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-1 Buy American - Supplies (May 2014) 52.225-13 Restriction on Certain Foreign Purchases (Jun 2008) 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management (Jul. 2013) There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. The Defense Priorities and Allocations System (DPAS) is not applicable to this requirement. All questions shall be received via email to Rieka Plugge at rieka.plugge@nih.gov before 9:00 a.m., Eastern Standard Time, on 10/30/2018. Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria. The price proposal must include the labor categories, an estimate of the number of hours required for each labor category, fully loaded fixed hourly rate or each labor category, breakdown and rationale for other direct costs or materials, and the total amount. In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." All responses must be received on or before 11/09/2018 by 9:00 a.m., Eastern Standard Time and reference RFQ number HHS-NIH-NIDA-CSS-19-00001. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Responses shall be submitted electronically to the Contract Specialist at rieka.plugge@nih.gov. Fax responses will not be accepted. For information regarding this solicitation, please contact the Contract Specialist on (301) 827-7515 or at rieka.plugge@nih.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-CSS-19-00001/listing.html)
- Place of Performance
- Address: National Institutes of Health, 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Record
- SN05134427-W 20181027/181025230621-e3b020ede292b08893f8f5f13063ccea (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 |