Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2010 FBO #3093
SOLICITATION NOTICE

J -- Maintenance agreement for an Applied Biosystems’ 4700 Proteomics Analyzer

Notice Date
5/12/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
NB839000-A-04615
 
Archive Date
5/26/2010
 
Point of Contact
James A. Cariaga, , WILLIAM N. LI, Phone: 3019753955
 
E-Mail Address
james.cariaga@nist.gov, William.Li@nist.gov
(james.cariaga@nist.gov, William.Li@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
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. FAR PART 13, SIMPLIFIED ACQUISITION PROCEDURES, ARE UTILIZED IN THIS PROCUEREMENT. THIS ANNOUCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEIGN REQUESTED, AND A WRITTEN SOLICITATION DOCUMENTS WILL NOT BE ISSUED. This solicitation is a request for quotation (RFQ). The solicitation document incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-40. VIII. APPLICABLE PROVISIONS AND CLAUSES: The Following FAR provisions and clauses apply to this solicitation: 52.212-1 52.212-3 52.212-4 52.212-5, including 52.222-50, 52.233-3 and 52.233-4 in paragraph (a) (1), and the following fill-ins in paragraph (b): 52.222-3, 52.222.19, 522.222-21, 52.222-26, 52.222-36, 52.225-13 and 52.232-33 1352.215-73 INQUIRIES (MAR 2000) Offerors must submit all questions concerning this solicitation in writing to the Contracting Officer. They must be received no later than [10] calendar days after the date of this solicitation. All responses to the questions will be made in writing and included in an amendment to the solicitation. IX. Description of requirements for the items to be acquired. Item 0001 -- Quantity one (1) Lot, Full on-site service and preventive maintenance agreement for an Applied Biosystems' 4700 Proteomics Analyzer. ** OPTION** Item 0002 -- Quantity one (1) Lot, Full on-site service and preventive maintenance agreement for an Applied Biosystems' 4700 Proteomics Analyzer. Specifications: The required full service and preventive maintenance agreement for the 4700 Proteomics Analyzer shall include the following: Response Time: Service Engineers must be on-site at NIST within two (2) business days after receipt of notification by NIST personnel. The Contractor shall provide verification that service engineers are trained and /or certified by the original manufacturer, evidence must be shown that service Engineers have full access to latest 4700 Proteomics Analyzer repair procedures, application updated, and planned maintenance procedures, and evidence shall be provided that service engineers have full access to 4700 Proteomics Analyzer diagnostic software. The contractor shall include factory certified replacement parts included at no additional cost to the government and must demonstrate the following: 1. Guaranteed factory trained and certified engineer at our site within 2 business days. - provide evidence that service engineers are factory trained and certified - provide evidence that service engineers have full access to latest 4700 Proteomics Analyzer repair procedures, application updates, and planned maintenance procedures - provide evidence that service engineers have full access to 4700 Proteomics Analyzer diagnostics software. 2. Two (2) Scheduled annual planned maintenance visits. - planned maintenance checklist must be included for consideration 3. Factory certified replacement parts included with no additional expense to the Government. - demonstrate the availability in stock new or true factory remanufactured laser, detectors, pumps, ion optic components and other essential parts 4. Labor & travel fees included with no additional expense to the Government. 5. On-demand availability of new or true factory remanufactured essential parts. 6. Availability of proprietary Alingment jigs and tools required for installation of components 7. Parts installed/replaced in the instrument shall be as specified or certified by Applied Biosystems in the API 4700 instrument technical drawing or specification. 8. Repair procedures and maintenance are to be in accordance with manufacturer's protocol. 9. Contractor shall perform work related to service bulletins or other manufacturer's stipulated repairs that may occur during the contract period. 10. Contractor shall respond by having service personnel on-site within 48 hours of receipt of service call. 11. Replacement parts must be received on-site within 48 hours of determination of need. 12. Repairs must be completed within 48 hours after repair parts are received. X. ADDENDUM TO PROVISION 52.212-1 - QUOTATION SUBMISSION INSTRUCTIONS (a) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, quotations must include- (1) The solicitation number; (2) The name, address, and telephone number of the offeror; (3) The time specified in the solicitation for receipt of offers; (4) Technical description of the items being offered in sufficient detail to evaluate compliance with requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any expressed warranty; (6) Price and discount terms; (7) "Remit to" address, if different than mailing address; (8) Acknowledgement of solicitation amendment; (9) FOB Destination based firm-fixed-price for each contract line item number, and any discount terms for those prices; and (10) If the quotation is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotations that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (b) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (c) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (d) Late submissions, modifications, revisions, and withdrawals of offers. (e) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (1)(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and- (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (2) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (3) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (f) Instructions to Offerors: Quotations are expected to conform to solicitation provisions and be prepared in accordance with this section. To aid in evaluation, the quotations shall be clearly and concisely written as well as being neat, indexed (cross-indexed as appropriate) and logically assembled. All pages of each part shall be appropriately numbered and identified with the name of the offeror, the date, and the solicitation number. A one page transmittal letter signed by an individual authorized to commit the organization shall transmitted with the quotation to the Government. Each quotation shall be on 8 and ½-inch x 11-inch paper, in a commercially standard font, not smaller than 12 point font. Each page in the quotation shall be separately numbered. The quotation shall be limited to fifteen (15) single-sided pages, single-spaced (excluding letter of transmittal, resumes, representations, certifications, cover letter and letters of commitment and past performance). (1) Quotation Content: Each quotation shall consist of three (3) separate electronic files: (a) Technical (b) Past performance and (c) Price. The contents of each shall be as follows: A. Business Quotation: Shall include the items listed above (from 1 to 10). B. Technical Quotation Content: No pricing information shall be included in the technical quotation. The technical quotation shall include the following: 1. Technical Sub Factor (a) Technical capability. The offeror shall submit a technical capability of meeting or exceeding service agreements for it is proposing, which clearly discusses the technical capability of the offeror providing maintenance support service for the 4700 Proteomics Analyzer. Sub Factor (b) Experience. Relevant Experience shall be evaluated to determine the extent of the Contractor's experience and knowledge in providing similar Service Agreement. Evaluation of relevant experience may be based on contracts used for past performance; however, the vendor should provide additional references relating to its relevant experience information, if necessary. 2. Past Performance The offeror shall provide past performance information regarding all relevant contracts for the PAST 3 YEARS with federal, state or local governments and commercial customers. The information shall describe contracts of similar type and scope as the current requirement. If the offeror intends to subcontract with another/other firm(s) for part of this requirement, that firm's past performance information shall also be provided. If the offeror has no relevant past performance, it shall include a statement to that effect in its quotation. The government reserves the right to consider data obtained from sources other than those described by the offeror in its quotations. The description of each contract described in this section shall not exceed one-half page in length. For each of the above listed contracts, the offeror shall provide the following information: • Contract number • Description and relevance to solicitation requirements • Period of Performance- indicate by month and year the state and completion (or "ongoing") dates for the contract • Name and address of the client with current telephone number and email address of a point of contact of the client responsible for the contract • Contracting Office - If a Government contract (federal or state), identify the procuring contracting officer (PCO), administrative contracting officer (ACO) and contracting officer's representative (COR), and their names, current telephone numbers and email addresses • Contract performance- a brief summary of performance provided The offeror shall include information regarding any problems encountered on the contracts described above and corrective actions taken to resolve those problems. (3) Price The offeror's price quote shall include: a. Offerors are expected to submit a fixed price (all inclusive) for each Contract Line Item Number (CLIN) for this requirement. XI. FAR 52.212-2 EVALUATION - COMMERCIAL ITEMS (JAN 1999) (ADDENDUM) The Government intends to award a purchase order to the responsible Offeror whose proposal represents the best value to the Government, evaluated cost/price and other factors considered. The Government reserves the right to make an award to other than the lowest-cost/priced Offeror or to the Offeror with the highest technical rating if the Contract Specialist determines that to do so would result in the best value to the Government. Upon receipt of proposals, the Contract Specialist will review them to determine if each Offeror followed all of the proposal preparation instructions in this solicitation. A proposal that did not follow the proposal submission instructions may be deemed unacceptable and may not be further evaluated. Each proposal will be evaluated against the factors described below. An Offeror's failure to address any factor may be considered indicative of the Offeror's lack of understanding of the Government's requirements and may result in the quotation being determined unacceptable. Technical and Past Performance listed in descending order of importance. Technical and Past Performance, when combined together, are more important than price. The importance of price in the evaluation will increase with the degree of equality among quotations of the non-price factors. 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). The Government may reject any or all quotations if such action is in the Government's interest. The Government may waive informalities and minor irregularities in quotations received. The Government intends to evaluate quotations and award a purchase order without discussions with Offerors (except clarifications as described in FAR 15.306(a)). Therefore, the Offeror's initial quotation should contain the Offeror's best terms from a cost/price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. Evaluation Factors: 1. Technical a) Technical Past Performance Evaluation of technical specification shall be based on the information provided in the quotation. NIST will evaluate whether the offeror has demonstrated that its proposed technical capability meets or exceeds the minimum specifications for 4700 Proteomics Analyzer. Quotations that do not demonstrate the proposed maintenance agreement meets all specifications will not be considered further for award. NIST will also give preference to offerors who demonstrate that their proposed maintenance agreement exceeds NIST's specifications. b). Experience NIST will evaluate the extent of the offeror's experience providing similar maintenance agreement. NIST will give preference to offerors who demonstrate they have experience delivering the same maintenance agreement they are proposing for the current requirement 2. Past Performance The Government will evaluate the Offeror's and, if appropriate, its proposed subcontractors' past performance information to determine its relevance to the current requirements and the extent to which it demonstrates that the offeror has successfully completed relevant contracts in the past three years. In assessing the offeror's past performance, NIST will evaluate the quality, timeliness, and ability to control cost and schedule of the past work. The Government will evaluate past performance by contacting the references selected at random or a specific reference identified by the offeror. The Government will assign a neutral rating to offerors with no relevant past performance. 3. Price The proposed price will be evaluated but not scored. The price evaluation will determine whether the proposed prices are realistic, complete and reasonable in relation to the solicitation requirements. Proposed prices must be entirely compatible with the technical quotations. Although price is the least important evaluation factor, it will not be ignored XIV. Delivery: 1. Delivery shall be FOB Destination to: National Institute of Standards and Technology Building 301 Shipping and Receiving 100 Bureau Drive Gaithersburg, MD 20899-001 2. All quotes shall be submitted so that they are received no later than 2:00 PM Eastern Time on May 19, 2010 at james.cariaga@nist.gov, with a courtesy copy to william.li@nist.gov. Faxed quotes will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB839000-A-04615/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02147471-W 20100514/100512234931-44e1356f51c44da705a2f55a127c4a1f (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.