SOLICITATION NOTICE
J -- Multi-Year Service Maintenance for PerkinElmer Lab Equipment
- Notice Date
- 9/15/2022 7:14:03 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- PORTSMOUTH NAVAL SHIPYARD GF PORTSMOUTH NH 03801-5000 USA
- ZIP Code
- 03801-5000
- Solicitation Number
- N3904022Q0287
- Response Due
- 9/16/2022 9:00:00 AM
- Archive Date
- 10/01/2022
- Point of Contact
- Audrey Sciandra, Phone: 2074518940
- E-Mail Address
-
audrey.l.sciandra.civ@us.navy.mil
(audrey.l.sciandra.civ@us.navy.mil)
- Small Business Set-Aside
- 8AN 8(a) Sole Source (FAR 19.8)
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12, using Simplified Acquisition Procedures, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Paper copies of this solicitation will not be available. This combined synopsis/solicitation SHALL be posted on SAM.gov. The Request for Quotation (RFQ) number is N3904022Q0287. This solicitation documents and incorporates provisions and clauses in effect through FAC 2022-06 and DFARS Change Notice 2022-0623. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/browse/index/far ���and�� http://www.acq.osd.mil/dpap/dars/change_notices.html. The NAICS code is 811219 and the Small Business Standard is $22M. This is a Sole Source solicitation. This requirement is a Sole Source solicitation to the original equipment manufacturer (Perkin Elmer Health Sciences Inc.) based on the fact that the parts are to replace existing equipment and must be compatible with the existing equipment. Perkin Elmer Health Sciences is OEM that has proprietary data and knowledge. At this time, no other vendors are authorized to perform maintenance on Perkin Elmer instruments or equipment. The Portsmouth Naval Shipyard requests responses from sources capable of providing the following: Multi-year, preventative maintenance/calibration services to maintain Code 134�s Optima 8300 Concentric S/N (078S1410287), Chiller-1Hp 230v/60hz Tp Quiet S/N (2F14C0080), Polyscience Chiller S/N (107900919), Optima 5300DV S/N (077C7101701), Chiller 1 HP 230V/60HZ Tp Quiet S/N (2007-01258), S23 Three Rack Autosampler, Dual Rinse S/N (092029S23), Avio 500 Cross-Flow Spectrometer S/N (081S2008121), and ICP Software S/N (081S2008121.� Service for each instrument shall include: 1.) a one (1) year extended warranty, 2.) preventative maintenance kits, and 3.) one annual on-site preventative maintenance visit. See attached Request for Quotation (RFQ) sheet for details. �������������� Place of Performance: Portsmouth Naval Shipyard, Kittery, ME. �������������� Period of Performance as follows: For services for OPTIMA 8300 CONCENTRIC S/N (078S1410287), CHILLER-1HP 230V/60HZ TP QUIET S/N (2F14C0080), POLYSCIENCE CHILLER S/N (107900919), OPTIMA5300DV S/N (077C7101701) and Preventative Maintenance Kits ICP-OES 5300DV� (N0770753) & ICP-IES 8300 (N0780752): BASE: 10/1/22-9/30/23, Year 2: 10/1/23-9/30/24, Year 3:�10/1/24-9/30/25, Year 4:�10/1/25-9/30/26, Year 5:�10/1/26-9/30/27 For services for CHILLER-1HP 230V/60HZ TP QUIET S/N (2007-01258), S23 Three Rack Autosampler, Dual Rinse S/N (092029S23), Avio Cross-Flow 500 (S/N 081S2008121), ICP Software (S/N 081S2008121) and Avio 500 Consumables Kit (N0810850) BASE: 3/15/24-9/30/24, Year 2:�10/1/24-9/30/25, Year 3:�10/1/25-9/30/26, Year 4:�10/1/26-9/30/27 � � � � � � � � � � � � � � �� Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provisions and clauses are applicable to this procurement: CLAUSES: Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provisions and clauses are applicable to this procurement: 52.203-19 ���� Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-2 ������ Security Requirements 52.204-7 ������ System for Award Management 52.204-9 ������ Personal Identity Verification of Contractor Personnel 52.204-10 ���� Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 ���� System for Award Management Maintenance 52.204-16 ���� Commercial and Government Entity Code Reporting 52.204-17 ���� Ownership or Control of Offeror 52.204-18 ���� Commercial and Government Entity Code Maintenance 52.204-19 ���� Incorporation by Reference of Representations and Certifications. 52.204-20 ���� Predecessor of Offeror 52.204-21 ���� Basic Safeguarding of Covered Contractor Information Systems 52.204-22 ���� Alternative Line Item Proposal 52.204-23 ���� Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky 52.204-24 ���� Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. 52.204-25 ���� Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. 52.209-2 ������ Prohibition on Contracting with Inverted Domestic Corporations--Representation 52.209-6 ������ Protecting the Government's Interest When Subcontracting With Contractors Debarred 52.209-7 ������ Information Regarding Responsibility Matters 52.209-10 ���� Prohibition on Contracting With Inverted Domestic Corporations 52.209-11 ���� Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction 52.211-14 ���� Notice Of Priority Rating For National Defense, Emergency Preparedness, and Energy Program Use 52.211-15 ���� Defense Priority And Allocation Requirements 52.211-17 ���� Delivery of Excess Quantities 52.212-1 ������ Instructions to Offerors--Commercial Items 52.212-2 ������ Evaluation - Commercial Item 52.212-3 Alt 1����� Offeror Representations and Certifications--Commercial Items 52.212-4 ������ Contract Terms and Conditions--Commercial Items 52.215-5 ������ Facsimile Proposals 52.216-1 ������ Type of Contract: Firm Fixed Price 52.217-5 ������ Evaluation of Options 52.217-9 ������ Option to Extend the Term of the Contract 52.219-1 Alt� ������ Small Business Program Representations 52.219-6 ������ Notice of Total Small Business Set-Aside 52.219-8 ������ Utilization of Small Business Concerns 52.219-28 ���� Post-Award Small Business Program Representation 52.222-3 ������ Convict Labor 52.222-19 ���� Child Labor -- Cooperation with Authorities and Remedies 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 52.223-3 ������ Hazardous Material Identification & Material Safety Data 52.223-11 ���� Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons. 52.223-18 ���� Encouraging Contractor Policies To Ban Text Messaging While Driving 52.223-22 ���� Public Disclosure of Greenhouse Gas Emissions and Reduction Goals -- Representation. 52.225-13 ���� Restrictions on Certain Foreign Purchases 52.225-25 ���� Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions 52.232-18���� Availability of Funds 52.232-33 ���� Payment by Electronic Funds Transfer--System for Award Management 52.232-36 ���� Payment by Third Party 52.232-39 ���� Unenforceability of Unauthorized Obligations 52.232-40 ���� Providing Accelerated Payments to Small Business Subcontractors 52.233-2 ������ Service of Protest 52.233-3 ������ Protest After Award 52.233-4 ������ Applicable Law for Breach of Contract Claim 52.237-2 ������ Protection Of Government Buildings, Equipment, And Vegetation 52.242-15 ���� Stop-Work Order 52.247-34 ���� F.O.B. Destination 52.248-1 ������ Value Engineering 52.252-1 ������ Solicitation Provisions Incorporated By Reference 52.252-2 ������ Clauses Incorporated By Reference 52.252-6������� Authorized Deviations in Clauses C-204-H001 USE OF NAVY SUPPORT CONTRACTORS FOR OFFICIAL CONTRACT FILES (OCT 2018) C-211-H018 APPROVAL BY THE GOVERNMENT (NAVSEA) (JAN 2019) C-212-W002 COMMERCIAL SUPPLIER AGREEMENTS C-223-H003 EXCLUSION OF MERCURY (NAVSEA) (MAR 2019) C-223-H004 MANAGEMENT AND DISPOSAL OF HAZARDOUS WASTE (NAVSEA) (MAR 2019) C-223-N002 RESTRICTIONS ON USE OF YELLOW MATERIAL (NAVSEA) (OCT 2018) C-228-H001 INDEMNIFICATION FOR ACCESS TO VESSEL (NAVSEA) (DEC 2018) C-237-H001 ENTERPRISE-WIDE CONTRACTOR MANPOWER REPORTING APPLICATION (OCT 2018) C-246-H001 EXTENSION OF COMMERCIAL WARRANTY C-247-H001 PERMITS AND RESPONSIBILITIES (NAVSEA) (DEC 2018) D-247-H002 PACKAGING OF SUPPLIES�BASIC (NAVSEA) (OCT 2018) E-246-H016 INSPECTION AND ACCEPTANCE OF F.O.B. DESTINATION DELIVERIES (OCT 2018) F-242-H001 CONTRACTOR NOTICE REGARDING LATE DELIVERY G-242-H001 GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT AND RESPONSIBILITIES (NAVSEA) (OCT 2018) G-232-H002 PAYMENT INSTRUCTIONS AND CONTRACT TYPE SUMMARY FOR PAYMENT OFFICE (NAVSEA) (JUN 2018) G-232-H004 GOVERNMENT PURCHASE CARD METHOD OF PAY (NAVSEA) (OCT 2018) G-232-H005 SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING (NAVSEA) (JAN 2019) G-242-H002 HOURS OF OPERATION AND HOLIDAY SCHEDULE (NAVSEA) (OCT 2018) H-223-N001 INFORMATION ON EXPOSURE TO HAZARDOUS MATERIAL (NAVSEA) (JAN 2019) Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes.� All clauses shall be incorporated by reference in the order.� Additional DFARS contract terms and conditions applicable to this procurement are:� 252.203-7000 ��� Requirements Relating to Compensation of Former DoD Officials 252.203-7002 ��� Requirement to Inform Employees of Whistleblower Rights 252.203-7005 ��� Representation Relating to Compensation of Former DoD Officials 252.204-7003 ��� Control Of Government Personnel Work Product 252.204-7005 ��� Oral Attestation of Security Responsibilities 252.204-7006 ��� Billing Instructions 252.204-7008 ��� Compliance With Safeguarding Covered Defense Information Controls 252.204-7009 ��� Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident 252.204-7012 ��� Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 ��� Notice of Authorized Disclosure of Information for Litigation Support 252.213-7000 ��� Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System 252.215-7013 ��� Supplies and Services Provided by Nontraditional Defense Contractors. 252.223-7008 ��� Prohibition of Hexavalent Chromium 252.225-7048 ��� Export-Controlled Items 252.232-7003 ��� Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 ��� Wide Area WorkFlow Payment Instructions 252.232-7010 ��� Levies on Contract Payments 252.237-7010 ��� Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7001 ��� Pricing of Contract Modifications. 252.244-7000 ��� Subcontracts for Commercial Items 252.247-7023 ��� Transportation of Supplies by Sea This announcement will close at 09/16/2022 12:00 PM ET. Contact: Audrey Sciandra at 207-451-8940 or email audrey.l.sciandra.civ@us.navy.mil METHOD OF PROPOSAL SUBMISSION:� Offers shall be emailed to Audrey Sciandra @ audrey.l.sciandra.civ@us.navy.mil no later than�09/16/2022 12:00 PM EDT System for Award Management (SAM): Vendors must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), a point of contact, name, email address, phone/FAX number, CAGE Code, technical specifications of units offered (including brand), business size under the NAICS Code, and payment terms. At a minimum, quotes shall contain the completed RFQ form (attached). Each response must clearly indicate the capability of the vendor to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/85513436ef9e482f98eaa1c3ad83d224/view)
- Place of Performance
- Address: Kittery, ME 03904, USA
- Zip Code: 03904
- Country: USA
- Zip Code: 03904
- Record
- SN06466807-F 20220917/220915230131 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |