Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2010 FBO #3176
MODIFICATION

J -- Pipette Calibration and Maintenance - Amendment 1

Notice Date
8/3/2010
 
Notice Type
Modification/Amendment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
FDA-SOL-1075349
 
Archive Date
8/24/2010
 
Point of Contact
William T. Lee, Phone: 3014435863, Doreen Williams,
 
E-Mail Address
william.lee@fda.hhs.gov, doreen.williams@fda.hhs.gov
(william.lee@fda.hhs.gov, doreen.williams@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Description of pipettes to be serviced. Subject: Pipette Calibration and Maintenance Solicitation Number: FDA-SOL-1075349 PART 1 - DESCRIPTION This solicitation is a Request for Quotation (RFQ) using FAR Part 12 & 13 procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-41. The associated North American Industrial Classification System (NAICS) code for this procurement is 811219. This is a RFQ for Calibration and Maintenance Services. The Government intends to award a purchase order for brand name or equal as a result of this solicitation that will include the terms and conditions that are set in PART 3. PART 2 - SUPPLIES OR SERVICES AND PRICES/COSTS 2. DESCRIPTION OF SUPPLIES & SERVICES 2.1. The FDA, Center for Biologics Evaluation and Research (CBER), Office of Vaccine Research and Review (OVRR), Division of Bacterial, Parasitic, and Allergenic Products (DBPAP) requires the calibration and maintenance of pipettes. 2.2. Contract Type 2.2.1. Firm-Fixed Price. 2.3. Pricing Terms. CLIN Period of Performance Description Qty Price 001 Base Year Level 1 pipette calibration, maintenance, calibration sticker for 1-, 8-, and 12-channel; manual and electronic pipettes. Level 2 pipette calibration, maintenance, calibration sticker, calibration certificates for 1-, 8-, and 12-channel; manual and electronic pipettes. 1/yr $ 002 Option Year#1 Level 1 pipette calibration, maintenance, calibration sticker for 1-, 8-, and 12-channel; manual and electronic pipettes. Level 2 pipette calibration, maintenance, calibration sticker, calibration certificates for 1-, 8-, and 12-channel; manual and electronic pipettes. 1/yr $ 003 Option Year#1 Level 1 pipette calibration, maintenance, calibration sticker for 1-, 8-, and 12-channel; manual and electronic pipettes. Level 2 pipette calibration, maintenance, calibration sticker, calibration certificates for 1-, 8-, and 12-channel; manual and electronic pipettes. 1/yr $ 004 Option Year#1 Level 1 pipette calibration, maintenance, calibration sticker for 1-, 8-, and 12-channel; manual and electronic pipettes. Level 2 pipette calibration, maintenance, calibration sticker, calibration certificates for 1-, 8-, and 12-channel; manual and electronic pipettes. 1/yr $ 005 Option Year#1 Level 1 pipette calibration, maintenance, calibration sticker for 1-, 8-, and 12-channel; manual and electronic pipettes. Level 2 pipette calibration, maintenance, calibration sticker, calibration certificates for 1-, 8-, and 12-channel; manual and electronic pipettes. 1/yr $ PART 3 - DESCRIPTION/SPECIFICATIONS/WORK STATEMENT 3. BACKGROUND AND OBJECTIVES 3.1. The FDA, Center for Biologics Evaluation and Research (CBER), Office of Vaccine Research and Review (OVRR), Division of Bacterial, Parasitic, and Allergenic Products (DBPAP) requires the calibration and maintenance of pipettes. Pipette calibration and maintenance supports the regulatory mission of the DBPAP. DBPAP is seeking ISO 17025:2005 accreditation for some test methods. The pipettes used to support these methods must be calibrated in compliance with ISO 17025:2005, whereas, pipettes used to support research require less rigorous calibration. There is a need for two levels of pipette calibration. Level 1 (research) calibration includes preventative maintenance, assessments using manufacturer specifications, and documentation by at least a calibration. Level 2 calibration include accuracy and precision assessments for ‘As found' and ‘As left', and preventative maintenance. Documentation of Level 2 (ISO 17025) calibration service consists of a calibration sticker and a calibration certificate. The calibration certificate includes all but not limited to the following: ‘As found' and ‘As left' data, environmental conditions at the time of calibration, accreditation body logo, NIST traceable equipment used to perform calibration, date calibration performed, maintenance performed, service person, and pass or fail assessment. Preventative maintenance is performed according to manufacturer's instructions and can include inspection; cleaning; replacement of Teflon seals, if appropriate; replacement of defective parts, and adjust the calibration. Personnel who perform the calibration must be adequately trained to be able to calibrate and maintain a wide-variety of manufacturers' pipettes including manual and electronic models. Due to the extensive number of pipettes that require service, calibration must be performed on-site within the NIH Building 29-complex (29 Lincoln Drive, Bethesda, MD). Objectives Calibrate and Maintain Division Pipettes: a. Provide DBPAP with calibration, maintenance, and replacement parts to a variety of pipettes within two weeks of request. 3.1.1. Salient Characteristics for calibration service: General: 3.1.1.1. The pipette calibration and maintenance service provider (Offeror) shall be accredited to ISO 17025, be certified to ISO 9001, be certified to a nationally certified standard such as the National Institute for Science and Technology (NIST), or be designed and operated so as to ensure that calibrations are traceable to the International System of Units. 3.1.1.2. Any accreditation or certification shall be current and shall list on-site pipette calibration and maintenance in the scope. 3.1.1.3. The Offeror shall perform the calibration and maintenance on-site at the laboratory facilities on the campus of National Institutes of Health in Bethesda, Maryland. 3.1.1.4. The Offeror shall provide all necessary supplies and equipment required to perform the calibration and maintenance. 3.1.1.5. The Offeror shall offer two levels of pipette calibration, if only one level of calibration service is provided the Offeror shall provide level two calibration service as described below. 3.1.1.5.1. Level one calibration service shall at a minimum include 3.1.1.5.1.1. Preventative maintenance, 3.1.1.5.1.2. Assessments using the manufacturer specifications 3.1.1.5.1.3. Documentation by at least a calibration sticker 3.1.1.5.2. Level two calibration service shall include accuracy and precision assessments for ‘As found' and ‘As left', and preventative maintenance. Documentation of level two calibration service shall consist of a calibration sticker and a calibration certificate. The calibration certificate shall all but not limited to the following: ‘As found' and ‘As left' data, environmental conditions at the time of calibration, accreditation body logo, NIST traceable equipment used to perform calibration, date calibration performed, maintenance performed, service person, and pass or fail assessment. 3.1.1.6. Calibration and maintenance shall be performed at least annually for all pipettes. 3.1.1.7. Calibration of electronic pipettes shall include all modes, for example single dispense and multiple dispense. 3.1.1.8. The Offeror shall calibrate single, 8-, and 12-channel pipettes, see attachment 1 for list of makes, models, and level of service required for each. 3.2. Salient Characteristics for Maintenance Service: 3.2.1.1. The Offeror shall perform preventative maintenance (PM) for each pipette. PM shall include inspection, cleaning, replace Teflon seal, replace defective parts, and adjust the calibration. PM shall be performed per manufacturer's instructions. 3.2.1.2. The Offeror shall provide replacement parts for makes and models included in attachment 1. 3.3. Salient Characteristics of the Technical Personnel 3.3.1. The Offeror shall provide a dedicated technical person to perform calibration and maintenance. Technical personnel shall have a minimum of 3-years experience calibrating and maintaining the pipettes listed in attachment 1. Experience shall be supported by a resume and certifications. 3.3.2. The technical person shall have documented training to perform calibration and maintenance from at least three of the major pipette brands; such as, Rainin, Matrix, Gilson, Eppendorf, and Finn. 3.3.3. The Offeror shall provide replacement technical personnel within 5 business day, if assigned dedicated technical person is unavailable. 3.4. Salient Characteristics of the Service Maintenance Agreement 3.4.1. One scheduled calibration and maintenance service visit per issued delivery order. This service includes all consumable required during the calibration and service. 3.4.2. The Offeror shall provide one (1) on-site non-routine calibration and maintenance service visit with a maximum 1-week on-site response time. 3.4.3. The Offeror shall document their hours and days of operation for customer, emergency and technical service. Contact information shall be submitted with the offeror's proposal. Preferred service is between the times of 8:00 am to 4:00 pm EASTERN TIME, Monday through Friday. Exception to this is in case of emergency maintenance service. 3.4.4. Option year one pricing for calibration, maintenance, and parts. 3.4.5. Option year two pricing for calibration, maintenance, and parts. 3.4.6. Option year three pricing for calibration, maintenance, and parts. 3.4.7. Option year four pricing for calibration, maintenance, and parts. 3.5 Deliverables Items: 3.5.1 Level 1 Calibration: Calibration, maintenance, replacement parts, and calibration sticker 3.5.2 Level 2 Calibration: Calibration, maintenance, ‘as found' and ‘as left' calibration certificate(s). The calibration certificate shall all but not limited to the following: ‘As found' and ‘As left' data, environmental conditions at the time of calibration, accreditation body logo, NIST traceable equipment used to perform calibration, date calibration performed, maintenance performed, service person, and pass or fail assessment. 3.5.3 Technical person who has at least 3 years experience performing calibration and maintenance on 75% of the manufacturer of pipettes. 3.5.4 Purchase order provided within 30-days of service. 3.6 Government Information: 3.6.1 FDA Technical Environment 3.6.2 A minimum of 2 feet by 3 feet bench space shall be provided to technical person 3.6.3 Pipette tips shall be provided with the pipette PART 4 - PACKING, MARKING AND SHIPPING 4. All deliverables required under this contract shall be packaged, marked and shipped in accordance with Government specifications. At a minimum, all deliverables shall be marked with the contract number and contractor name. 4.1. The Contractor shall guarantee that all required materials shall be delivered in immediate usable and acceptable condition. PART 5 - INSPECTION AND ACCEPTANCE 5. The Contracting Officer's Technical Representative (COTR) will perform inspection and acceptance of materials and services to be provided. 5.1. For the purpose of this PART, (COTR - to be determined upon contract award) is the authorized representative of the Contracting Officer. 5.2. Inspection and acceptance will be performed at: the location identified in Part 6.1.3. Acceptance is communicated in writing unless otherwise indicated in writing by the Contracting Officer or the COTR within 30 days of receipt. 5.2.1. System installation by authorized service engineer at FDA site. The installer of the laboratory instrument shall test the equipment to ensure that it is fully functional before FDA accepts the delivery. 5.3. This contract incorporates the following clause, 52.246-2 Inspection of Supplies-Fixed Price (Aug 1996) by reference, with the same force and effect as if it was given in full text. Upon request, the Contracting Officer will make its full text available. PART 6 - DELIVERIES OR PERFORMANCE 6. DELIVERIES 6.1.1. Satisfactory performance of this contract shall be deemed to occur upon performance of the work described in the Statement of Work in PART 3 of this contract and upon delivery and acceptance by the Contracting Officer, or the COTR, of the services, plans and reports required at the dates specified within PARTS 3 of this contract. 6.1.2. Deliveries required by the contractor shall be made F.O.B. destination to the address/addressee listed below: 6.1.3. DELIVERY POINT: Food and Drug Administration ATTN: To be determined at time of Award 8800 Rockville Drive Bethesda, MD 20892 6.1.4. Unless otherwise specified, deliveries shall be made to the Delivery Point specified above, Monday through Friday (excluding Federal Holidays, see PART 8) between the hours of 8:30 a.m. and 5:30 p.m. EASTERN TIME only. Supplies or services scheduled for delivery on a Federal holiday shall be made the next business day. PART 7 - CONTRACT ADMINISTRATION DATA 7. CONTRACTING OFFICERS TECHNICAL REPRESENTATIVE (COTR) 7.1. The following COTR will represent the Government for the purpose of this contract: (To be determined upon contract award) 7.1.1. The COTR 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. 7.1.2. 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 RFQ; (2) modify or extend the period of performance; (3) change the delivery schedule; (4) authorize reimbursement to the Contractor any costs incurred during the performance of this contract; or (5) otherwise change any terms and conditions of this contract. 7.1.3. The contact information for the Contracting Specialist is: William Lee 5630 Fishers Lane Rockville, MD 20857 William.Lee@fda.hhs.gov 7.2. INVOICE SUBMISSION 7.2.1. Pursuant to the provisions of the following FAR Clauses: 52.232-25 Prompt Payment; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; the Contractor shall submit invoices for costs incurred and claimed for reimbursement in accordance with the following instructions. 7.2.1.1. In accordance with clause 52.232-33 all payments made under this contract shall be made using electronic funds transfer through the Automated Clearing House (ACH). The Contractor shall provide the following information to the Food and Drug Administration, Office of Financial Management, Systems Accounting Branch, HFA-120, 5600 Fishers Lane, Rockville, MD 20857 no later than 14 days prior to submission of the first invoice: • FDA contract number Name and address of contractor • Invoice date and invoice number • Contract number including task order number and contract line item number • Description, quantity, unit of measure, unit price, and extended price of supplies delivered or services performed • Shipping and payment terms • Name and address of contractor official to whom payment is to be sent • Taxpayer Identification Number • Electronic Funds Transfer (EFT) banking information (if required in the contract) Routing transit number of the financial institution receiving payment. • Contractor's DUNS number 7.2.1.2. An original shall be submitted via email to the attention of the designated Contract Specialist at the following address: HHS/FDA/OAGS/DAO 5630 Fishers Lane Rockville, MD 20857 Attention: William Lee, Contracting Specialist 7.2.2. Final payments will occur upon verification by the FDA Project Officer and the FDA Technical Advisor, noting successful integration and proper functionality of the laboratory equipment. 7.2.3. Payment will be made after acceptance and receipt of a proper invoice, and in accordance with the pricing matrix described in Pricing Terms. 7.2.3.1. Payment will be made on a firm fixed price basis in accordance with the pricing matrix. 7.3. GOVERNMENT FURNISHED PROPERTY 7.3.1.1. No Government Furnished Property shall be provided to the Contractor for this requirement. PART 8 - SPECIAL CONTRACT REQUIREMENTS 8. Government Holidays 8.1.1. Workplace is not available on the Government Holidays stated below, or as prescribed by an Executive Order (EO) or OPM.gov due to inclement weather, with the exception to emergencies. January (New Year's Day) January (Martin Luther King Day) February (President's Day) May (Memorial Day) July (Independence Day) September (Labor Day) October (Columbus Day) November (Veterans Day) November (Thanksgiving) December (Christmas Day) PART 9 - CONTRACT CLAUSES 9. FAR CLAUSES INCORPORATED BY REFERENCE 9.1. 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at: www.acquisition.gov/far/index.html 52.212-4 Contract Terms and Conditions-Commercial Items (Mar 2009) 52.203-5, Covenant Against Contingent Fees (Apr 1984). 52.203-7, Anti-Kickback Procedures (Jul 1995). 52.216-24, Limitation of Government Liability (Apr 1984). 52.233-2, Service of Protest (Sep 2006) 52.243-1, Changes-Fixed Price (Aug 1987) 52.247-35, F.O.B. Destination within Consignees Premises (April 1984) 52.217-9, Option to Extend the Term of the Contract. (Mar 2000) 52.227-14, Rights in Data-General (June 1987), Alternate I (June 1987), Alternate II (June 1987), and Alternate III (June 1987). 9.2. FAR CLAUSES BY FULL TEXT 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. As prescribed in 12.301(b)(4), insert the following clause: Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Apr 2010) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78). (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: [Contracting Officer check as appropriate.] __ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). __ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). __ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (MAR 2009) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) __ (4) 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements (Mar 2009) (Pub. L. 111-5). __ (5) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) (15 U.S.C. 657a). __ (6) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (July 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (7) [Reserved] _X (8)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-6. __ (iii) Alternate II (Mar 2004) of 52.219-6. __ (9)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (iii) Alternate II (Mar 2004) of 52.219-7. __ (10) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). __ (11)(i) 52.219-9, Small Business Subcontracting Plan (Apr 2008) (15 U.S.C. 637(d)(4)). __ (ii) Alternate I (Oct 2001) of 52.219-9. __ (iii) Alternate II (Oct 2001) of 52.219-9. _X (12) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). __ (13) 52.219-16, Liquidated Damages-Subcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). __ (14)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Oct 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). __ (ii) Alternate I (June 2003) of 52.219-23. __ (15) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Apr 2008) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (16) 52.219-26, Small Disadvantaged Business Participation Program- Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (17) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004) (15 U.S.C. 657 f). _X (18) 52.219-28, Post Award Small Business Program Representation (Apr 2009) (15 U.S.C. 632(a)(2)). _X (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X (20) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126). _X (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). _X (23) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). _X (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). _X (25) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). _X (26) 52.222-54, Employment Eligibility Verification (Jan 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) __ (27)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (28) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). __ (29)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007) (E.O. 13423). __ (ii) Alternate I (Dec 2007) of 52.223-16. _X (30) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). __ (31)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (June 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138). __ (ii) Alternate I (Jan 2004) of 52.225-3. __ (iii) Alternate II (Jan 2004) of 52.225-3. __ (32) 52.225-5, Trade Agreements (Aug 2009) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). _X (33) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). __ (34) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). __ (35) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). __ (36) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (37) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (38) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). __ (39) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). __ (40) 52.232-36, Payment by Third Party (Feb 2010) (31 U.S.C. 3332). __ (41) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (42)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). __ (ii) Alternate I (Apr 2003) of 52.247-64. (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: [Contracting Officer check as appropriate.] __ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). __ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). _X (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 351, et seq.). __ (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.). __ (7) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). __ (8) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)). (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 this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 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 $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) [Reserved] (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (vii) [Reserved] (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). _X Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (Jan 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10U.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. 9.3. HHSAR CLAUSES INCORPORATED BY REFERENCE This contract incorporates one or more clauses by reference, noted in Title 48, Federal Acquisition Regulations System, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at: http://www.gpoaccess.gov/cfr/index.html. 352.202-1, Definitions (Jan 2006) 352.215-70, Late proposals and revisions (Jan 2006) 352.223-70, Safety and health (Jan 2006) 352.224-70, Confidentiality of information (Jan 2006) 352.228-7, Insurance--Liability to third persons (Dec 1991) 352.232-9, Withholding of contract payments (Jan 2006) 352.233-70, Litigation and claims (Jan 2006) 352.242-71, Final decisions on audit findings (Apr 1984) 352.249-14, Excusable delays (Jan 2006) 352.270-1, Accessibility of meetings, conferences, and seminars to persons with disabilities (Jan 2001) 352.270-10 Anti-lobbying (Jan 2006) 352.270-11 Privacy Act (Jan 2006) 352.270-13 Tobacco-free facilities (Jan 2006) PART 10 - LIST OF ATTACHMENTS • See Attachment for list of pipettes to be serviced. PART 11 - INSTRUCTIONS TO THE OFFERORS 11. RESPONSE DATES QUESTIONS DEADLINE: All questions shall be received via email (william.lee@fda.hhs.gov) before 4:30 pm (1630) EASTERN TIME on 2 August 2010. RFQ Due Date: All quotes and revisions shall be submitted via email (william.lee@fda.hhs.gov) and be received by 4:30 PM (1630) Eastern Time on 9 August 2010. Offerors shall ensure the RFQ number is visible in the header of the email. 11.1. Quote Format The cover letter shall include; FOB point; a POC (name and telephone number); a statement from the offeror verifying that they are CCR Registered under NAICS code 811219; delivery date (delivery date is of the utmost importance); business size; and payment terms. 11.2. Technical Proposal The Offeror shall address these factors as follows: 11.3. Technical Capability - Sub-factors are of equal weight 11.3.1 The Offeror has documented that they are accredited to ISO 17025, certified to ISO 9001, certified to a nationally certified standard such as the National Institute for Science and Technology (NIST), or have a system designed and operated so as to ensure that calibrations are traceable to the International System of Units. 11.3.2 The Offeror has the ability to meet the salient characteristics for calibration service noted in PART 3. 11.3.3 The Offeror has the ability to meet the salient characteristics for maintenance service noted in PART 3. 11.3.4 The Offeror has the ability to meet the salient characteristics of the technical personnel noted in PART 3. 11.3.5 The Offeror has the ability to meet the salient characteristics of the service maintenance agreement noted in PART 3. 11.3.6 The Offeror has the ability to possess the manufacturer certified technical personnel to calibrate and repair pipettes so that work does not void the manufacturer's warranty. 11.4. Past Performance 11.4.1. The Offeror shall provide at least two references. 11.4 Price Proposal 11.4.1 The Offeror shall submit a complete pricing matrix for a firm fixed-price as indicated in PART 2, 2.3. PART 12 - EVALUATION FACTORS FOR AWARD 12 EVALUATION FACTORS The offeror's ability to demonstrate/describe the following factors as noted in PART 11. 12.3 Technical Capability - Sub-factors are of equal weight 12.3.1 The Offeror has documented that they are accredited to ISO 17025, certified to ISO 9001, certified to a nationally certified standard such as the National Institute for Science and Technology (NIST), or have a system designed and operated so as to ensure that calibrations are traceable to the International System of Units. 12.3.2 The Offeror has the ability to meet the salient characteristics for calibration service noted in PART 3. 12.3.3 The Offeror has the ability to meet the salient characteristics for maintenance service noted in PART 3. 12.3.4 The Offeror has the ability to meet the salient characteristics of the technical personnel noted in PART 3. 12.3.5 The Offeror has the ability to meet the salient characteristics of the service maintenance agreement noted in PART 3. 12.3.6 The Offeror has the ability to possess the manufacturer certified technical personnel to calibrate and repair pipettes so that work does not void the manufacturer's warranty. 12.2 Past Performance 12.2.1 The Offeror shall provide at least two references. References shall consist of contact name, company name, contact address, contact phone number, contact email address, and number of years worked. 12.3 Price Proposal 12.3.1 The price proposal shall represent the Offeror's response to the requirements of the solicitation. The Government will evaluate the total price of all base year contract line items. In addition, this evaluation will include an assessment of the Offeror's proposal for completeness, realism, reasonableness and risk. 12.3.2 The Offeror ability to submit a complete pricing matrix for a firm fixed-price as indicated in PART 2, 2.3. EVALUATION AWARD CRITERIA: The Government will evaluate the quote to ensure that it is technical acceptable in accordance with the requirements in PART 3 and that the price is fair and reasonable from the Offeror. Award will be made to the party whose quote offers the best value to the Government, technical capability, past performance and price. The Government may award this contract to other than the lowest price technically acceptable quote. The Government will evaluate information based on the following evaluation criteria to meet or exceed the requirements: 1) Technical Capability, 2) Past Performance and 3) Price. Technical Capability when combined with Past Performance is significantly more important than price. When all other factors are equal, price becomes the determining factor.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-SOL-1075349/listing.html)
 
Place of Performance
Address: Food and Drug Administration, ATTN: To be determined at time of A2ward, 8800 Rockville Drive, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02226645-W 20100805/100803235135-cca5701bb61b1097632fa990f8033561 (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  © 1994-2020, Loren Data Corp.