Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 07, 2012 FBO #3787
SOLICITATION NOTICE

J -- Caliper Life Sciences IVIS-100 Preventive Maintenance

Notice Date
4/5/2012
 
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
1101011
 
Archive Date
4/26/2012
 
Point of Contact
James Scott Rawls, Phone: 8705437540
 
E-Mail Address
james.rawls@fda.hhs.gov
(james.rawls@fda.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
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. The government intends to issue a Purchase Order in accordance with FAR PART 13.106 for the below requirement under Simplified Acquisition Procedures. The solicitation number is 1101011. 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) 2005-56, April 2, 2012. The associated North American Industry Classification System (NAICS) Code is: 811219 - Other Electronic and Precision Equipment Repair and Maintenance; Small Business Size Standards is $19.0 in millions of dollars. This combined synopsis/solicitation is set-aside for Small Business. Respondents are responsible for delivery in person, by e-mail, fax, mail or other delivery method their complete proposal and any additional documents before 9:00 am (Central Standard Time - Local Prevailing Time in Jefferson, Arkansas) on April 11, 2012 to james.rawls@fda.hhs.gov, Fax (870) 543-7990, or mail to the U. S. Food and Drug Administration (FDA), OO/OFBA/OAGS, Attention of James "Scott" Rawls, 3900 NCTR Road, Jefferson, AR 72079-9502. PLEASE NOTE - The above contact information is for the Contracting Office and not necessarily the delivery address. The delivery address is indicated in the FOB Destination section below. When appropriate, Respondents should consult with delivery providers to determine whether their documents will be delivered prior to the scheduled time. For information regarding this solicitation, please contact James "Scott" Rawls by e-Mail at james.rawls@fda.hhs.gov. The FDA is soliciting quotes for a Service Maintenance (MX) Agreement for a Caliper Life Sciences IVIS-100 Instrument. The MX Agreement is for a one (1)-year base period and two (2) one (1)-year option periods. Any award resulting from this solicitation is contingent on the availability of funds within the 2012 Fiscal Year. Item #1 Base Period 1-Year Preventive/MX (PM) Agreement (Caliper Life Sciences IVIS-100; Serial # 13304) The Laboratory of Respiratory and Special Pathogens studies Bacillus anthracis disease. The IVIS-100 is essential in visualizing disease progression and the effectiveness of post-exposure treatments. A service agreement for the IVIS-100 is required to make sure the instrument functions properly. Technical Requirements: - PM Service Agreement shall include: -- One pre-scheduled on-site PM and diagnostic servicing visit performed by an OEM certified field services technician; replace parts as necessary to maintain the equipment in conformity with factory and lab testing specifications -- Manufacturer's approved parts -- Technician travel -- Labor -- First priority for emergency on-site repair services (4-hour phone response, 48- to 72-hour on-site response) -- Software and firmware updates -- Standard commercial warranty on parts and workmanship -- Unlimited priority telephone/e-mail technical support Monday through Friday from 8:00am - 8:00pm EST (holidays excluded) Performance Period: May 1, 2012 - April 30, 2013 Quantity: One Unit Price: _____________________ GSA Contract Number (if applicable): ________________________ If the additional items beyond Item #1 base year have an increase in price, the Respondent must provide an explanation for the basis of each increase. Item #2 Option Period #1 1-Year PM Agreement (Caliper Life Sciences IVIS-100; Serial # 13304) Performance Period: May 1, 2013 - April 30, 2014 Quantity: One Unit Price: _____________________ Item #3 Option Period #2 1-Year PM Agreement (Caliper Life Sciences IVIS-100; Serial # 13304) Performance Period: May 1, 2014 - April 30, 2015 Quantity: One Unit Price: _____________________ FOB Destination - U.S. FDA, Center for Biologics Evaluation and Research (CBER), 8800 Rockville Pike, Building 29, Rm. 3A19, Suite BSL3, Bethesda, MD 20892. Contract Type - Commercial Item - Firm fixed price. Simplified procurement procedures will be utilized. An official authorized to bind the Offeror must sign the terms and conditions of the offer. Offerors that fail to furnish required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. CCR REQUIREMENT - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items applies to this solicitation. 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 the purchase order to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government on a best value (tradeoff) evaluation basis, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability of the services offered to meet the Government's requirement. (ii) Past Performance. (iii) Price. Technical capability and past performance are significantly more important when compared to price in determining the best value to the government; however, price remains a significant factor. Technical capability will be determined by review of information submitted by the quoter, which must provide a description in sufficient detail to show that the service quoted meets the Government's requirements. Past Performance will be determined by review of information submitted by the quoter, which must describe experience with the OEM equipment in general, and specifically, the instrument to be maintained under this requirement; OEM supply chain experience; and experience providing PM in a lab environment. The Government reserves the right to look to other sources of information (e.g., the Past Performance Information Retrieval System (PPIRS), etc.) to support past performance evaluations. 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 service meets the technical requirements. Quotes shall include technical specifications, descriptive material, literature, brochures and other information corresponding to each minimum required item, which demonstrates the capabilities of the offeror. The Provision at FAR 52.212-3, Offerors Representations and Certifications-Commercial Items, applies to this acquisition. An offeror shall complete only paragraph (b) of the provision if the offeror has completed the annual representations and certification 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 are incorporated by reference: FAR Clause 52.217-9, Option To Extend The Term Of The Contract. (Mar 2000): (a) "...within one (1) calendar day of contract expiration...at least 30 calendar days..." (b) "...shall not exceed three (3) years." Service Records and Reports: The Contractor shall, commensurate with the completion of each service call (inclusive of warranty service), provide the end-user of the equipment with a copy of a field service report/ticket identifying the equipment name, manufacturer, model number, and serial number of the equipment being serviced/repaired and detailing the reason for the service call, a detailed description of the work performed, the test instruments or other equipment used to affect the repair or otherwise perform the service, the name(s) and contact information of the technician who performed the repair/service, and for information purposes, the on-site hours expended and parts/components replaced. In addition, the Contractor shall provide monthly reports to the FDA COR and Contract Specialist, not later that the 5th work day following the end of each month, summarizing all maintenance and repair activities (including warranty work) for the previous month; negative reports are required. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Mar 2012), applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-3, 52.225-13, and 52.232-33. Clauses and provisions incorporated by reference can be obtained at http://www.arnet.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/1101011/listing.html)
 
Place of Performance
Address: U.S. FDA, Center for Biologics Evaluation and Research (CBER), 8800 Rockville Pike, Building 29, Rm. 3A19, Suite BSL3., Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02715558-W 20120407/120406000249-c72e1cdc7da257e39103d630f644dfff (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.