Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 09, 2016 FBO #5342
SOLICITATION NOTICE

J -- Preventive Maintenance Service for Zeiss Laser Scanning Microscope System

Notice Date
7/7/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-CSS-2016-457
 
Archive Date
8/2/2016
 
Point of Contact
Hunter A. Tjugum, Phone: 301 435 8780
 
E-Mail Address
hunter.tjugum@nih.gov
(hunter.tjugum@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
(i) 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 separate written solicitation will not be issued. (ii) The solicitation number is HHS-NIH-NIDA-SSSA-CSS-2016-457 and the solicitation is issued as a Request for Quotation (RFQ) on a full and open competitive basis with no set-aside restrictions. A fixed price contract type is contemplated for this requirement. This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5-Test Program for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is NOT expected to exceed the simplified acquisition threshold. A fixed-price type of contract is contemplated for this requirement. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88-1 / 06-15-2016. (iv) The North American Industry Classification System (NAICS) code for this procurement is 811219-Other Electronic and Precision Equipment Repair and Maintenance with associated small business size standard of $20.5 million. (v) Background The National Institute on Aging (NIA) is a part of the National Institutes of Health (NIH), and leads the federal government in conducting and supporting aging research on the health and well-being of older people. The Institute seeks to understand the nature of aging and the aging process, and diseases and conditions associated with growing older, in order to extend the healthy, active years of life. Purpose and Objective: The goal of this requirement consists of obtaining service maintenance on existing government-owned laboratory equipment manufactured by Carl Zeiss Microscopy, LLC. The new service agreement shall be carried out by authorized Original Equipment Manufacturer (OEM) certified factory-trained technicians. The required service includes preventive maintenance service coverage, including onsite preventive and regular onsite and remote maintenance, for one (1) Zeiss Scanhead Laser Scanning Microscope 710 confocal system owned and operated by NIA's Laboratory of Neurogenetics located on the NIH main campus in Bethesda, MD. The LNG uses the subject microscope to analyze tissue culture cells which allows the LNG to provide resources to the wider NIA scientific community for studying aging-associated diseases using tissue cells. Tissue cells are augmented in order to find the genes and gene mutations that cause or contribute to neurological disease. Scope of work Independently and not as an agent of the Government, the contractor shall furnish all the necessary services, qualified personnel, materials, equipment, and facilities, not otherwise provided by the Government as needed to perform preventative maintenance and remedial repair for a Government owned manufactured by Carl Zeiss Microscopy, LLC located at 1 Zeiss Drive, Thornwood, NY 10594. The contractor shall provide service and maintenance on the subject microscope in order to ensure operation at optimal and maximum performance. This includes but not limited to full system coverage on Microscope, Scanhead, Spectral Detector, Airyscan, Lightsheet coverage; laser coverage, to include Elyra, LSM, ConfoCor, Lightsheet systems; Zeiss system computer coverage; GaAsP Detector, BiG Detector and APD Coverage; EM-CCD coverage; Software version upgrades available on an "as-needed" basis. Certified factory-trained OEM technicians shall perform onsite preventive and regular onsite and remote maintenance on the subject equipment from 8:00 am - 5:00 pm Monday through Friday, excluding Federal holidays. Requirements include: instrument software revisions; preventative maintenance inspections including planned PMs; technical telephone consulting available during normal business hours; and unlimited on-site service requests. Contractor shall have access to proprietary parts and test instrumentation for effective repair in case of malfunction. Technical performance requirements include system coverage on the subject equipment by OEM factory-trained, authorized technicians and providers of any required parts and software or proprietary diagnostic software and software enhancements must be OEM certified (new or like-new) and compatible with the subject equipment. Service shall include labor and parts coverage, extended coverage hours, on-site labor response, technical telephone response (call-back to schedule), and planned maintenance, extended planned maintenance coverage hours, diagnostics software license and service documentation, customer engineer training, and preferred labor rate. Upgrade services shall be provided on the LSM 710 and accessories on an as needed basis. Provide all necessary documentation, including OEM Technician certifications and written summary reports of all service work performed, repair parts, spare parts, accessories, maintenance supplies, all special tools, test and support equipment, travel and transportation, personnel skill requirements, and other related services required in performance of maintenance tasks to keep the equipment in optimal operating condition. All service and parts shall be warrantied up to 6 months as specified by the OEM; diagnostics software license and service documentation and preferred labor rates. Service technicians will have to be cleared at the commercial vehicle inspection station on Rockville Pike to gain access to the federal premises at NIH located at 35 Center Drive, Bethesda, MD 20892. Place of performance The required service includes coverage on the subject system owned and operated by the National Institute on Aging (NIA), located at 35 Convent Drive, Bethesda, MD 20814 on the NIH campus. The new service agreement shall be carried out by authorized OEM certified factory-trained technicians. Travel expenses to the government's site are the sole responsibility of the contractor. Government's responsibilities: The government will provide to the service technician access to the premises. Period of performance The period of performance of any resulting contract shall be from September 1, 2016 through August 31, 2017 with the option to exercise up to four (4) option years. Deliverables and Reporting requirements The Contractor shall be required to provide written progress reports in achieving this statement of work during the period of performance. The original documentation shall be provided by the vendor to show they completed service on the instrument and should document technical progress with the POC from the NIA LNG laboratory. Section 508 - Electronic and Information Technology Standards: Section 508 Electronic and Information Technology Standards will be applicable for software upgrades as necessary. All electronic files submitted shall be compliant with Section 508 of the Rehabilitation Act of 1973. Additional information about testing documents for Section 508 compliance, including guidance and specific checklists, by application, can be found at: http://www.hhs.gov/web/508/index.html under "Making Files Accessible." Pursuant to Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d), as amended by the Workforce Investment Act of 1998, all electronic and information technology (EIT) products and services developed, acquired, maintained, or used under this contract/order must comply with the "Electronic and Information Technology Accessibility Provisions" set forth by the Architectural and Transportation Barriers Compliance Board (also referred to as the "Access Board") in 36 CFR part 1194. Information about Section 508 provisions is available at http://www.section508.gov/. The complete text of Section 508 Final provisions can be accessed at http://www.access-board.gov/guidelines-and-standards. Publications and Publicity: Contractor shall not, nor is required to, publish any articles of data as a result of fulfilling this requirement. Confidentiality of Information: Government will not be providing Contractor with confidential information of a personal nature about individuals. Contracting Officer's Representative: The Contracting Officer's Representative (COR) will represent the Government for the purpose of this contract and will be specified at time of award. The COR 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 Government may unilaterally change the COR designation at any time throughout the performance period of this contract. (vii) The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (viii) The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The following is provided as an addendum to clause 52.212-2: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, i.e. a best value basis, price and other factors considered. Technical and past performance when combined is significantly more important when compared to price. The following factors shall be used to evaluate offers: (1) Technical Approach, knowledge, and experience. That offeror shall provide documented evidence that the service technicians are Original Equipment Manufacturer (OEM) certified factory-trained technicians; the availability of all requirement parts; and the ability to respond within 24 hours or less after placement of a service call; (2) Past Performance. The offeror must submit with their proposal a list of the last three (3) contracts completed during the past two (2) years and/or contracts that were awarded and are currently in process for at least one year that are similar in nature to the subject work scope. Contracts listed may include those entered into by the Federal Government, agencies of state and local governments and commercial concerns. Newly formed entities without prior contracts should list contracts and subcontracts as required above for all key personnel. For each contract, subcontract, or reference include: (i) Name of Contracting Organization; (ii) Contract Number (for subcontracts, provide the prime contract number and the subcontract number); (iii) Contract Type; (iv) Total Contract Value; (v) Description of Requirement; (vi) Contracting Officer's Name and Telephone Number; (vii) Program Manager's Name and Telephone Number; and (viii) North American Industry Classification System(NAICS) Code. The offeror may provide information on problems encountered on the identified contracts and the corrective actions, if any. Offerors will be evaluated on its performance under existing and prior contracts for similar products or services. The Government is not required to contact all references provided by the offeror. Also, references other than those identified by the offeror may be contacted by the Government to obtain additional information that will be used in the evaluation of the offeror's past performance; (3) Price and other readily discernible value indicators, such as past performance, warranty conditions, and maintenance availability. (b) 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. Responses to this solicitation must include clear and convincing evidence of the Offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria. Offerors may respond with a proposal indicating their ability to provide the technical specifications stated in this solicitation. Responses will be evaluated based on the contractor's ability to meet the government's requirements stated in this notice and on ability to deliver required services and supplies. (ix) The provision at FAR Clause 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition. (x) The provision at FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xi) The provision of FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. The clause at 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.) applies to this acquisition. (xii) The Clause at 52.217-9, Option to Extend the Term of the Contract, applies to this acquisition. There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. Responses to this solicitation must include clear and convincing evidence of the Offeror's capability of fulfilling the requirement as it relates to the government requirements stated in this solicitation. The Offeror's technical approach shall indicate compliance with the Scope of Work, and describe an essential understanding of the requirements involved in accomplishing the work. Basic cost and price information in the Offerors business proposal must contain sufficient information to allow the Government to perform a basic analysis of the reasonableness of the Offeror to supply the required services. The price proposal must include the monthly maintenance rate for the manufacturer-certified technicians to provide required service coverage, with an estimate of the number of hours required, breakdown and rationale for any other direct costs or materials, and the total amount. Any other information or factors that may be considered in the award decision may include such factors as: past performance; special features required for effective service coverage; trade-in considerations; warranty considerations; maintenance and service coverage availability; serial, product or catalog number(s); product description; delivery terms, and prompt payment discount terms. Offerors MUST include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer, OR provide a copy of the valid certifications registrations and Representation and Certifications from the System of Award Management (SAM) applications at www.SAM.gov, which may be indicated on the Offeror's cover sheet. In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All Offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." All responses must be received no later than the date and time specified in this announcement. Late responses will not be accepted. All responses must reference solicitation number HHS-NIH-NIDA-SSSA-CSS-2016-457. Responses must be submitted electronically to hunter.tjugum@nih.gov and NIDASSSAPurchaseRequ@mail.nih.gov. Facsimile responses will not be accepted. For information regarding this solicitation, contact Hunter Tjugum by email at hunter.tjugum@nih.gov or by phone at 301-827-5304.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-2016-457/listing.html)
 
Record
SN04175083-W 20160709/160707235941-6cf98573e236326aac8960b89e74b972 (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.