Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 02, 2011 FBO #3416
SOLICITATION NOTICE

Z -- Service Agreement for JEOL transmission electron microscope

Notice Date
3/31/2011
 
Notice Type
Combined Synopsis/Solicitation
 
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
11-223-SOL-00070
 
Archive Date
4/6/2011
 
Point of Contact
Aaron A. Glazier, Phone: 8705437577
 
E-Mail Address
aaron.glazier@fda.hhs.gov
(aaron.glazier@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) 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. This requirement is being issued in conjunction with FAR 13 Simplified Acquisition Procedures and FAR 13.5 Test Program for Certain Commercial Items, as applicable. The solicitation number is 11-223-SOL-00070. This solicitation is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-50, current as of 16 March 2011. The associated North American Industry Classification System (NAICS) Code is- 811219- "Optical instrument repair and maintenance services (e.g. microscopes, telescopes);" The Small Business Size Standard is $19 million. The Food and Drug Administration is soliciting for a service agreement on the following equipment: JEM 1011 transmission electron microscope (TEM) system. The above listed JEOL USA, Inc. JEM 1011 TEM system includes a JEM 101 TEM (SN: EM185400-88), a dual pumping Haskris water recirculator (SN: HB20261), and a Gatan ES1000W Erlangshen CCD 785 camera. The equipment is 1 year old and the FDA is the original owner of the equipment. The system is located at: Division of Virulence Assessment Lab G108A at the MOD 1 Facility OARSA, Center for Food Safety and Applied Nutrition 8301 MuirKirk Rd Laurel, Maryland 20708 The maintenance and uninterrupted operation of this equipment is a critical as the FDA regularly uses this equipment as it continues to perform research on the identification, and characterization of microbial pathogens, microbial virulence factors, and microbial interactions, which lead to pathological anomalies associated with food borne disease so that the agency can provide protection and enhancement of public health. As part of this services agreement, the vendor should provide the following services for the aforementioned identified pieces of equipment: • In the event that a repair is needed: The contractor shall provide all warranty-specific, guaranteed parts, labor, travel, and expenses necessary for calibrating the equipment to maintain the equipment at full operating capacity. The cost of all major warranty-specific, guaranteed non-consumable parts and their installation shall be included in the fixed price of this service agreement. • Contractor shall provide unlimited on-site service visits with a maximum of 72 hour response time, which again includes all labor, parts, and travel costs. Service visits will occur during regular business hours. Service agreement Contractor is not responsible for repairs that are needed as a result of operator function, damage by third party, acts of nature, etc. • The service agreement includes unlimited technical telephone support. • The contractor shall provide two preventative maintenance checks per year at regularly scheduled six month intervals. • Service engineers must be certified by the manufacturer of the system (JEOL Inc.). • Any work done by a party other than JEOL must not void the JEOL warranty. • Only JEOL factory-certified replacement parts may be used for repairs. • Software and firmware updates and notifications (if available) • E-support online subscription (if available) • The Two (2) scheduled preventative maintenance (PM) visits per year shall include all consumable parts required to complete the PM as recommended by the JEOL. Such parts would include, but are not limited to items such as pump oil, ESI needle, ion transfer tube, and calibration chemicals etc. • Service shall be provided upon government request and can be satisfied by the contractor responding in one of three ways at no additional cost to the Government (The Contractor shall consult with the COTR before determining which of the three solutions to employ): 1) a service representative will be dispatched to the government facility for the repair or service 2) For simple repairs, a loaner part may be mailed to the Government facility, the broken part or products will then be shipped back to the Contractor's facility for repair and then returned back to the Government facility with detailed installation instructions 3) warranty-specific, guaranteed replacement parts with appropriate installation instructions will be sent to the Government for installation by the Government representative. The contractor of the service agreement plan shall perform all necessary repair service and standard preventative maintenance of the system or otherwise correct any material reproducible failure or malfunction if it represents a substantial nonconformity with the JEOL current published specifications for the Instrument and the government determines and notifies the contractor that such error or malfunction substantially interferes with the normal use of the Instrument. All labor, travel and parts are included. Replaced products, components or subassemblies will be new. Standard commercial warranty is required. If the contractor is unable to repair the equipment to the JEOL performance standards and/or obtain JEOL parts and the JEOL repair services are needed this cost will be borne by the contractor. Repair procedures and maintenance are to be in accordance with manufacturer's protocol. Contractor shall perform work related to service bulletins or other manufacturer's stipulated repairs that may occur during the contract period. The offeror may provide statement of coverage with their quote to determine plan acceptability. If relocation of the instrument is needed which is not covered by the contract, this will be accomplished via a modification to the contract to fund the requirement. The contractor must have current access to up to date and on-going JEOL factory training for both hardware and software components. Schedule of items JEM 1011 transmission electron microscope (TEM) system. The above listed JEOL USA, Inc. JEM 1011 TEM system includes:  JEM 1011 TEM (SN: EM185400-88)  Dual pumping Haskris water recirculator (SN: HB20261)  Gatan ES1000W Erlangshen CCD 785 camera. Contract Period of Performance The contract period of performance begins the date of contract award execution. The base period of the contract will be 1 year from the date of award. The contract also contains four one year option periods that the Government may exercise unilaterally. Option period(s) are for the period of one year each. If exercised, the options may extend the length of the contract by four additional years for a total of five years. If exercised, the contract period of performance for option years are to be identified in each modification that exercises the respective option(s). The aforementioned period of performance terms for the options shall extend the performance period of the contract if the Government exercises the option(s) in accordance with FAR 52.217-9. The anticipated ordering period for the Contract's base year and option periods are as follows: CLIN No: Period Period of Performance 1 Base Period Apr 11, 2011- Apr 10, 2012 2 Option Year 1 Apr 11, 2012- Apr 10, 2013 3 Option Year 2 Apr 11, 2013- Apr 10, 2014 4 Option Year 3 Apr 11, 2014- Apr 10, 2015 5 Option Year 4 Apr 11, 2015- Apr 10, 2016 Contract Schedule Modifications Affected by Option Exercise: Upon execution of each option, an additional twelve (12) months will be added to the contract period of performance. The following payment schedule will be effective for the option years of performance. Base Year:- Service maintenance agreement as described above for the aforementioned JEOL JEM 1011 TEM system at the Laurel, MD location. For the service agreement services that the Contractor shall provide in the base year, the Government will pay the contractor the fixed price of tiny_mce_marker_________. Option Year 1:- Service maintenance agreement on the same JEOL JEM 1011 TEM system at the Laurel, MD location. By the addition of Option Year 1, the Government will pay the contractor the fixed price of tiny_mce_marker_________. Option Year 2:- Service maintenance agreement on the same JEOL JEM 1011 TEM system at the Laurel, MD location. By the addition of Option Year 2, the Government will pay the contractor the fixed price of tiny_mce_marker_________. Option Year 3:- Service maintenance agreement on the same JEOL JEM 1011 TEM system at the Laurel, MD location. By the addition of Option Year 3, the Government will pay the contractor the fixed price of tiny_mce_marker_________. Option Year 4:- Service maintenance agreement on the same JEOL JEM 1011 TEM system at the Laurel, MD location. By the addition of Option Year 4, the Government will pay the contractor the fixed price of tiny_mce_marker_________. FOB Point destination- FOB Point of Delivery for Services and Supplies will be the FDA located at the location as specified above. Invoice Submission The contractor shall not submit invoices more frequently than once per quarter. The total amount of the quarterly invoice will reflect the annual price for the service agreement divided by four. Invoices shall be submitted in accordance with the following clauses that are incorporated into this contract: 52.232-25, Prompt Payment (OCT 2003), and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) 1) Invoices/vouchers requests shall be submitted as follows To be considered a "proper" invoice in accordance with FAR 32.9, Prompt Payment, each invoice shall clearly identify the ordering numbers that appear on the face page of the contract as follows: Contract No. (This is the 17 digit number that begins with HHSF223... and appears in Block 1 or 2 of the SF-26 or SF-1449 form) 2) The contractor shall submit an original and two (2) copies of the invoice to the designated Finance Office at the following address: DHHS/FDA/OSS ATTN: OFFAS - ACQUISITION SERVICES (NCTR) National Center for Toxicological Research 3900 NCTR Road Jefferson, AR 72079-9502 The invoice must be submitted on company letterhead and include the following: (I) Name and Address of the Contractor; (II) Invoice Date and invoice Number; (III) Purchase Order Number; (IV) Description, Quantity, Unit of Measure, United Price and extended price supplies delivered or services performed; (V) Shipping Number and Date of Shipment, Including the Bill of Lading Number and weight of shipment if shipment if shipped on Government Lading; (VI) Terms of any Discount for Prompt Payment Offered; (VII) Name and address of Official to whom payment is to be sent (Must be the same as that in the Purchase Order or in a notice of assignment); (VIII) Name, Title, and Phone Number and Email of Address of Person to contact in event of incomplete invoice(s); (IX) Taxpayer Identification number (TIN); (X) Electronic funds Transfer (EFT) Banking information; (XI) Name and Telephone Number of the FDA COTR Referenced on the Purchase Order; and (XII) Any other information or documentation required by the purchase order; Payment terms net 30 days after government acceptance. Contract Clauses/Provisions The Provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, applies to this acquisition. An offeror should complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following addenda have been attached to the clause. The supplies and/or services delivered hereunder shall be inspected and accepted at destination by the contracting officer's representative (COTR), whom will be specified in the contract at time of award. If the supplies or services are acceptable, the COTR shall promptly forward a report of inspection and acceptance to the paying office. If the supplies or services are not acceptable, the COTR shall document the nonconforming items/services and immediately notify the contracting officer. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.203-6 alt I, 52.219-4, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-5, 52.225-13, and 52.232-33. The following additional provisions and/or clauses apply: 52.204-4 Printed or Copied Double-Sided on Recycled Paper 52.204-7 Central Contractor Registration (Apr 2008) 52.217-8 Option to Extend Services (Nov 1999) 52.217-9 Option to Extend the Term of the Contract (Mar 2000) HHSAR CLAUSES HHSAR 352.201-70 Paperwork Reduction Act (Jan. 2001) HHSAR 352.202-1 Definitions (January 2006) HHSAR 352.233-71 Litigation and claims (January 2006) HHSAR 352.242-71 - TOBACCO-FREE FACILITIES (JANUARY 2006) HHSAR 352.242-73 Withholding of Contract Payments (January 2006) HHSAR 352.270-1 Accessibility of meetings, conferences, and seminars to persons with disabilities (Jan 2001) All cited clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at FAR Clauses: https://www.acquisition.gov/far/index.html HHSAR Clauses: http://www.hhs.gov/oamp/policies/hssar.doc The supplies and/or services delivered hereunder shall be inspected and accepted at destination by the contracting officer's representative (COTR) specified at award. If the supplies or services are acceptable, the COTR shall promptly forward a report of inspection and acceptance to the paying office. If the supplies or services are not acceptable, the COR shall document the nonconforming items/services and immediately notify the contracting officer. Instrument Updates - The Contractor shall support the FDA in periodic technology refresh and insertion activities. These activities will result in an updated instrument maintenance list that reflects current technology and FDA needs. At any time and throughout the life of the contract, at the request of either the Contractor or the Government, the Contractor may quote additional instruments to be serviced under this contract to support the tasks as identified in the SOW. These instrument insertion activities will be negotiated on a case-by-case basis. The additional categories, rates and descriptions quoted, upon determination by the Government that they are necessary for performance and are both fair and reasonable, will be incorporated by modification to the contract. Contract Administration a. Contracting Officer/Contract Administrator Aaron A. Glazier, Contracting Officer 3900 NCTR Road HFT-320 Jefferson, AR 72079 Phone: 870-543-7370 Email: aaron.glazier@fda.hhs.gov b. Contractor's Point of Contact (To be completed at time of award) Phone: Email: c. Technical Point of Contact-Contracting Officer's Technical Representative The following COTR will represent the Government for the purpose of this contact: (To be completed at time of award) Name: Phone: Email: 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. 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 any costs incurred during the performance of this contract; or (5) Otherwise change any terms and conditions of this contract. The Government may unilaterally change its COTR designation. Any contract documents, exhibits or attachments None Solicitation provisions Contract Type: Commercial Item-Firm Fixed Price. Simplified acquisition procedures will be utilized. The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items applies to this solicitation. The following addenda have been attached to this provision: None The provision at FAR 52.212-2 Evaluation-Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (1) of that provision are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability of the items/services offered to meet the Government's requirement. (ii) Past Performance (iii) Price. Technical and past performance, when combined, is less important when compared to price. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the offeror has the capability to perform the required services which demonstrates knowledge of the requirement to meet the Government's scope of work. Provide experience within the last 3 years of providing this type of service for the same brand of instruments. In order to be considered for award, the Contractor's offer must demonstrate that it is certified by JEOL to work on its equipment and that it has access to JEOL factory-certified parts. Past Performance Identify federal, state, local government, or private contracts for which the offeror has performed work similar to the requirement at hand (include contracts within the last three years, point of contact, and telephone numbers). (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. The government reserves the right to make an award without discussions. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure information is available, vendors must furnish as part of their proposal all descriptive material necessary for the government to determine whether the product and/or service meets the technical requirements. The Government reserves the right to obtain information for use in the evaluation from any and all sources including sources outside of the Government. CCR Requirement - Company must be registered in the Central Contractor Registration (CCR) system before an award could be made. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice. It is the offeror's responsibility to monitor the internet site for the release of an amendment to the combined synopsis/solicitation (if any). Offers that fail to complete the required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. All responsible sources may submit an offer, which if timely received, shall be considered. The offer must reference solicitation number 11-223-SOL-00070. The offers are due in person, by postal mail or email to the point of contact listed below on or before 30 March 2011 by 16:00 hours (Central Time in Jefferson, Arkansas) at the Food and Drug Administration, OC/OA/OAGS, Attn: Aaron A. Glazier, 3900 NCTR Road, HFT-320, Jefferson, AR 72079-9502. For information regarding this solicitation, please contact Aaron A. Glazier at (870) 543-7577, FAX (870) 543-7990 or email aaron.glazier@fda.hhs.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/11-223-SOL-00070/listing.html)
 
Place of Performance
Address: Division of Virulence Assessment, Lab G108A at the MOD 1 Facility, OARSA, Center for Food Safety and Applied Nutrition, 8301 MuirKirk Rd, Laurel, Maryland, 20708, United States
Zip Code: 20708
 
Record
SN02413936-W 20110402/110331234446-c901eb1155bc028a0dc8db2864ac3fc2 (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.