Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2004 FBO #0913
SOLICITATION NOTICE

J -- Maintenance of Mass Spectrometers

Notice Date
5/25/2004
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, Center for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000, Atlanta, GA, 30341-4146
 
ZIP Code
30341-4146
 
Solicitation Number
2004-Q-01301
 
Response Due
6/8/2004
 
Archive Date
6/23/2004
 
Point of Contact
Teri Routh-Murphy, Contract Specialist, Phone 770-488-2648, Fax 770-488-2777, - Teri Routh-Murphy, Contract Specialist, Phone 770-488-2648, Fax 770-488-2777,
 
E-Mail Address
tnr3@cdc.gov, tnr3@cdc.gov
 
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. Solicitation No. 2004-Q-01301 is being issued as a Request for Proposals (RFP). RFP 2004-Q-01301 and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-23. The associated NAICS code is 334516 and the small business size standard is 500 employees. The Centers for Disease Control & Prevention, Division of Laboratory Sciences (DLS), routinely performs a number of biochemical analyses on biological and environmental specimens to meet its goals. These include generating national normative population data, collaborating with academic institutions and federal, state and local agencies in various public health-related investigations, and maintaining laboratory response readiness in support of CDC?s chemical terrorism response activities. The mass spectrometers, evaporators and supporting equipment used in many of these analyses must be operational at all times to provide this emergency response capability and to support long-term studies such as the National Health and Nutrition Examination Surveys (NHANES) and the prospective epidemiologic studies of the National Centers for Child Health and Disease Prevention. These instruments are highly complex with integrated computer operations and dedicated software, and their proper maintenance and repair requires a high degree of technical skills and long-term familiarity with the instruments. Because of CDC?s emergency response role in environmental studies and response to chemical terrorism events, it is critical that the downtime due to repairs is minimal. The purpose of this project is to provide technical maintenance and service support for Thermo Finnigan laboratory instrumentation and supporting components (e.g. Agilent 6890 GCs connected to TF equipment) operated within the Division of Laboratory Sciences (DLS). The Division of Laboratory Sciences (DLS / NCEH / CDC) is defined by Congress? Federal Response Plan for Terrorism to be the single location for measuring chemical warfare agents or their metabolites in humans. The Division of Laboratory Sciences? primary other responsibility through its second Congressional appropriations line, is to provide measurements of environmental toxicants in humans, or "biomonitoring." This support should optimize instrument performance and minimize instrument downtime due to repairs. This project will involve both software and hardware support, and only the manufacturer has the expertise of supporting both the hardware and the interfacing/controlling software. In some cases, proper support of the software may require access to proprietary source code, which is only available through the manufacturer. Instruments covered under this proposed contract include new components with proprietary construction. To the best of our knowledge, only Thermo Finnigan, LLC, 355 River Oaks Parkway, San Jose CA, is the only firm capable of providing preventive maintenance and timely repair of highly specialized analytical instrument systems, all of which are manufactured and distributed by Thermo Finnigan. However, any interested party who believes to have the capability for the required preventive maintenance and replacement of parts that are completely compatible with pre-existing Thermo Finnigan equipment as required by this RFP may submit prices for each of the equipment listed in the spreadsheet provided as an attachment. I. Scope oF Work: The Contractor shall perform preventive maintenance and repair services for the Government-owned Thermo Finnigan equipment listed in the Schedule of Items. The Contractor shall furnish all material, labor (including travel), tools, parts and shipment of parts, supplies, and equipment (excluding instrument expendables) at no additional cost to the Government. Offerors shall propose a fund of approximately 5 percent of the total contract value per period of performance for expendable parts that can be charged to provide expedited order and delivery of consumable parts. II. Tasks to be Performed: Two preventive maintenance visits are required per year for each instrument system. Each preventive maintenance visit shall consist of instrumentation cleaning, optimization, and a diagnostic examination and replacement of any parts (including expendables) which show significant signs of wear or signs of imminent failure. Instrument performance shall meet or exceed the minimum specifications detailed in the manufacturer?s instrument operator manual. Expendables for other than preventive maintenance will be furnished and installed by the Government as needed. The installation of such parts and/or supplies will be affected at no additional charge during the course of a normal servicing visit, if need for their installation or replacement becomes evident upon inspection. Contractor shall provide a 24-hour response for repair requests on Thermo Finnigan and auxiliary equipment. Repair services will be available at the request of CDC laboratory personnel, and will cover instrument failures that occur through normal use. Service calls shall be performed during the Government?s working days and hours only, on an unlimited basis during the contract period. The normal Government work days and hours Monday through Friday from 7:00 AM to 5:00 PM. Telephone response shall be within 2 hours of notification for a service call made within the hours of 7:00 AM and 2:30 PM and by 9:00 AM of the following business day for calls made after 2:30 PM. Service response must take place within 24 hours of the initial telephone call from CDC personnel. Response shall be in one of the following forms: (1) a telephone call troubleshooting the problem and resulting in repair of the equipment by CDC personnel; (2) a dispatch of part(s) for problem resolution with instructions for replacement/repair by CDC personnel; or (3) an on-site visit by a service representative, depending upon the nature of the problem as requested by CDC personnel. No weekend service, or service on Government holidays shall be required. Contractor shall provide a minimum of 8 days of on-site training in general operation, software, and/or application-specific optimization of the instrumental parameters. III. Government Furnished Property: The Government is responsible for providing consumable parts, operating supplies, and other items which by their nature or intended use have a prescribed life, such as injection port liners, columns, filaments, multipliers, and other parts similarly referenced in the applicable manufacturer?s operating manuals. The Government can obtain these parts through a normal purchasing request or by charging the cost of the item(s) against the expendable parts money included in the contract. IV. Availability for Servicing: The Government shall make equipment available at the time of each scheduled maintenance or emergency service call. The Contractor?s representative shall contact the Project Officer or Alternative Project Officer, 24 hours in advance to arrange for a mutually agreeable date and time for each preventive maintenance call. V. Location of equipment: All items of equipment are located in the Division of Laboratory Sciences laboratories of building 17 and building 103, 4770 Buford Hwy NE, Atlanta, GA 30341-3724. VI. Period of Performance: There is a base period of 3 months from date of contract award, four option periods of 12 months, and one option period of 9 months. The total base and option periods shall not exceed 60 months. The following FAR clauses and provisions apply to this acquisition: 52.212-1, Instruction to Offerors-Commercial Items (Jan 2004), and 52.212-3, Offeror Representations and Certifications-Commercial Items (May 2004), apply to this RFP. The following FAR clauses apply: 52.212-2, Evaluation-Commercial items (Jan 1999): The following evaluation criteria, listed in descending order of importance, applies: (a) Preventive Maintenance Experience; (b) Product Compatibility; (c) Past performance; and (d) Price. (Price is an important factor for award. However, the non-price factors listed above, when combined, are more important than price. CDC reserves the right to award the contract to an offeror who may not be the lowest in price.) CDC will evaluate proposals for award purposes by adding the total price for all options to the total price for the basic requirement. CDC may determine that a quote is unacceptable if the option prices are significantly unbalanced. Evaluation of options will not obligate CDC to exercise the option(s). Award of a firm-fixed price contract will be made to a single offeror whose quote, conforming to this RFQ, will be most advantageous to the CDC, price and other factors considered. Award may be made without discussions/negotiations. Offerors are advised to submit their initial quotes in the best favorable terms to the government. 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2003) (with addendum incorporating 52.247-35F.O.B. Destination, Within Consignee?s Premises (Apr 1984), and 52.217-9, Option to Extend the Term of the Contract (Mar 2000). 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2004). (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clause, which is incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.233-3, Protest after Award (Aug 1996) (31 U.S.C. 3553). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alt. I; 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3); 52.219-9, Small Business Subcontracting Plan (Jan 2002) (15 U.S.C. 637(d)(4); (ii) Alternate II (Oct. 2001) of 52.219-9; 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)); 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (June 2003) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer); 52.222-3, Convict Labor (June 2003) (E.O. 11755); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2004) (E.O. 13126); 222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52-222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.225-1, Buy American Act-Supplies (June 2003) (41 U.S.C. 10a-10d); 52.225-13, Restrictions on Certain Foreign Purchases (Dec 2003) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); 52.225-15, Sanctioned European Union Country End Products (Feb 2000) (E.O. 12849); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: N/A. (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vi) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i)52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $500,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities; (ii) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246); (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212); (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793); (v) 52.222-41, Service Contract Act of 1965, as Amended (May 1989), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.); 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Apr 2003) (46 U.S.C. Appx 1241 and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. Offerors shall submit, as part of their proposal, Firm-Fixed Prices for all the items listed in the attached spread sheet per period of performance, and shall include the following information for evaluation (see evaluation criteria under 52.212-2 above): (a) Demonstrated preventive maintenance experience with Thermo Finnigan equipment as required by this solicitation; (b)Product compatibility with all Thermo Finnigan equipment and software; (c) List of projects performed during the past 6 years including name of client company and complete address, name of contact, telephone and fax numbers, and e-mail address. CDC may contact some or all of the contacts listed to verify offerors? past performance. Offerors are responsible for providing accurate and complete information. (Failure to do so may cause rejection of the offer.) Offerors shall also submit with their proposal a copy of FAR Provision 52.212-3,Offeror Representations and Certifications-Commercial Items ( May 2004), fully executed. All FAR clauses and provisions can be obtained at: http://www.arnet.gov/far/loadmainre.html. The Defense Priorities and Allocations System (DPAS) does not apply. Original and 2 copies of the proposals are due at 2:00 PM (EST), June 8, 2004, at the following address: Centers for Disease Control & Prevention, Procurement & Grants Office, Acquisition and Assistance Branch B, Attn. Theresa Routh-Murphy, Ref. Sol. No. 2004-Q-01301; 2920 Brandywine Road, Atlanta, GA 30341-4164. Facsimile proposals are not authorized. Technical inquiries shall be e-mailed by June 1, 2004 to TRouthMurphy@cdc.gov. Telephone inquiries will not be honored. Proposals received after the time and date set for receipt will not be considered for award.*****
 
Place of Performance
Address: Atlanta, GA
Zip Code: 30341-5539
 
Record
SN00591905-W 20040527/040525211825 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.