Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 01, 2016 FBO #5487
SOLICITATION NOTICE

J -- Automated Liquid Handling System Equipment Maintenance - SOW Microlab Star

Notice Date
11/29/2016
 
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 B130, Gaithersburg, Maryland, 20899-1410, United States
 
ZIP Code
20899-1410
 
Solicitation Number
SB1341-17-RQ-0075
 
Archive Date
12/27/2016
 
Point of Contact
Erik Frycklund, Phone: 3019756176
 
E-Mail Address
erik.frycklund@nist.gov
(erik.frycklund@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
Provisions and Clauses SAP Commercial OEM Specifications SOW Microlab Star COMBINED SYNOPSIS/SOLICITATION SB1341-17-RQ-0075 Automated Liquid Handling System Equipment Maintenance This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 - Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a separate written solicitation document will not be issued. This solicitation is being issued under the authority of FAR Part 13 Simplified Acquisition Procedures. This solicitation is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-91 effective 9/30/2016. The associated North American Industrial Classification System (NAICS) code for this procurement is 811219 with a small business size standard of $20.5 Million. This acquisition is being procured as a Full and Open Competition. The National Institute of Standards and Technology (NIST) requires maintenance and repair services for the following piece of Hamilton Robotics branded equipment located at the NIST campus in Gaithersburg, Maryland in accordance with the attached Statement of Work: Microlab Star automated liquid handling system Serial Number- B236, including the following accessories: MPE2 positive pressure SPE module, (2) HHS heater/shaker, Chilled water module, VacuBrand vacuum pump and controller, and all updates to instrument software and firmware. As part of the required maintenance and repairs, NIST requires Hamilton Robotics manufactured parts to be used in all repairs in order to ensure proper equipment operation. Period of Performance: The period of performance for all line items shall be in accordance with the following: Contract Line Item (CLIN) 0001: Base Year: 12 months from time of award. CLIN 0002: Option Year One: One year after the expiration of the Base Year. CLIN 0003: Option Year Two: Two years after the expiration of the Base Year. CLIN 0004: Option Year Three: Three years after the expiration of the Base Year. CLIN 0005: Option Year Four: Four years after the expiration of the Base Year. The total period of performance shall not exceed five years after award. EVALUATION CRITERIA AND BASIS FOR AWARD The Government intends to award a single purchase order from this solicitation. The Government reserves the right not to award a purchase order. The Government reserves the right to award this contract based on initial quotations without holding discussions. Therefore, the initial quotations shall contain the Contractor's best terms and conditions. Award will be made, if at all, to the responsible Contractor whose offer conforming to the requirements of the solicitation represents the lowest price technically acceptable solution to the Government. Technical Acceptability will be evaluated as follows: The Government will evaluate the Contractor's technical approach to determine that it has adequately demonstrated: • An understanding of the requirements; • The ability to successfully provide the required maintenance and repairs of the Hamilton Robotics instruments and third party accessories articulated the solicitation; • A Quality Control Plan which demonstrates the Contractor's approach for ensuring the Statement of Work standards will be met in regards to work quality and timely response times; if a contractor proposes subcontracting the repair services, NIST will review the evidence of an established business agreement with the subcontractor which includes validation that the required response times will be met to ensure any performance risks as the relate to timeliness are mitigated; and • The ability to provide engineers or technicians meeting the minimum qualifications. The Government will evaluate the Contractor's and, if appropriate, its proposed subcontractors' past performance information to determine its relevance to the current requirements and has a satisfactory or better rating of past performance in the past three years. In assessing the Contractor past performance, NIST will evaluate the quality, timeliness and ability to control cost and schedule of past work to determine the quality of maintenance and repairs of the same or similar instruments, and the extent to which the Contractor has performed work of a similar type, magnitude and complexity. The Government reserves the right to obtain past performance information from other sources. The Government will assign a neutral rating to contractors with no relevant past performance. If the Government determines that Past Performance issues represent an unreasonable risk of performance failure, the contractor's quote may be determined to be technically unacceptable. Price The price evaluation will determine whether the proposed prices are fair and reasonable in relation to the solicitation requirements. Proposed prices shall be entirely compatible with the technical quotations. REQUIRED SUBMISSIONS All Contractors shall submit the following: 1. For the purpose of evaluation of Technical Acceptability: Contractors shall provide documentation that clearly demonstrates their understanding of the requirement; ability to provide maintenance services and repairs as specified in the statement of work; A Quality Control Plan outlining the Contractor's approach to ensuring work quality and timely response, including evidence of an established business agreement with subcontractors which confirms that the required response times will be met, should the contractor elect to subcontract any portion of the work; and documentation demonstrating Contractor's engineers or technicians meet the required minimum qualifications in accordance with the Statement of Work. Validation of an established agreement with the OEM that complies with NIST response times is required. In addition to OEM validation, 3 references from other customers of who the Contactor has performed service. 2. For the purpose of Price: Contractor shall provide a firm-fixed price quotation for each Line Item as specified in the CLINs on page 1 of this document (under Period of Performance section), and a total firm fixed-price inclusive of all required line items. 3. If the contractor objects to any of the terms and conditions contained in this solicitation, the contractor shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" [Contractor shall list exception(s) and rationale for the exception(s)]. It is the sole responsibility of the contractor to identify in their quote any exceptions to the terms and conditions of the solicitation. If the contractor does not include such a statement, the submission of a quotation in response to this solicitation will be regarded as the Contractor's acceptance of the Government's terms and conditions for inclusion into the resultant purchase order. 4. Contractor shall provide an active DUNS # for the System for Award Management (SAM) registration. Contractor must have an active registration at www.SAM.Gov to be considered for award. Please note that this procurement IS NOT being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If a contractor submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the contractor's FSS or GWAC contract, and the statement required above shall be included in the quotation; DUE DATE FOR QUOTATIONS E-mail quotations are required. All quotations must be submitted via e-mail to Erik Frycklund, Contract Specialist at erik.frycklund@nist.gov. FAX quotations will not be accepted. Submission must be received not later than 12:00 a.m. Eastern Time on December 12th 2016. A quotation shall be considered received when it is received in the electronic inbox of Erik Frycklund not later than the date and time identified herein. All questions regarding this notice must be submitted via e-mail to erik.frycklund@nist.gov by 12:00 a.m. Eastern Time on December 5th 2016. Questions submitted after this date may not be addressed by the Government prior to the quotation submission deadline. PROVISIONS AND CLAUSES: The clauses and provisions applicable to this solicitation can be found under the attachment Applicable Clauses & Provisions. The full text of a FAR provision or clause may be accessed electronically at https://farsite.hill.af.mil or www.acquisition.gov/far. ATTACHMENTS: The following attachments apply to this solicitation: 1. The Statement of Work 2. Applicable Provisions and Clauses
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-17-RQ-0075/listing.html)
 
Record
SN04337941-W 20161201/161129234106-ace29fd7f89e93e84847413a553a21a6 (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.