Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 10, 2016 FBO #5496
SOLICITATION NOTICE

J -- Service Agreement

Notice Date
12/8/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
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-2017-21
 
Archive Date
12/31/2016
 
Point of Contact
Andrea McGee, Phone: 3014358781
 
E-Mail Address
amcgee@nida.nih.gov
(amcgee@nida.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Service Agreement Competitive Combined Synopsis/Solicitation HHS-NIH-NIDA-SSSA-CSS-2017-21 INTRODUCTION 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 written solicitation will not be issued. The solicitation number is HHS-NIH-NIDA-SSSA-CSS-2017-21 and the solicitation is issued as a request for quotation (RFQ). ACQUISITION AUTHORITY 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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-92, dated November 18, 2016. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 334516 and the small business size standard 1000 employees. DESCRIPTION OF REQUIREMENT Background The National Institutes of Health (NIH) is the nation's leading medical research agency and the primary Federal agency whose mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability, conducting, supporting and making medical discoveries that improve people's health and save lives. The National Institute of Neurological Disorders and Stroke (NINDS) is a part of the NIH, and conducts research into the causes, treatment, and prevention of neurological disorders and stroke. The NINDS mission is to seek fundamental knowledge about the brain and nervous system and to use that knowledge to reduce the burden of neurological disease. The Translational Neuroscience Center (TNC) Clinical Proteomics Unit (CPU) provides NINDS clinical investigators with access to state-of-the-art mass spectrometry-based proteomics technology. CPU is also tasked with development of analytical mass spectrometry-based methods for proteomic analyses of cerebrospinal fluid (CSF) to both identify and quantify changes in the CSF proteome associated with neurological disorders. Currently, CPU is developing innovative methodologies with the goal of identifying candidate biomarkers in disease state versus control analyses. The development of CSF biomarkers is the best possible novel outcome for therapeutic development in different neuroinflamatory and neurodegenerative conditions. Candidate biomarkers would be screened for selectivity and specificity using absolute quantitative methods on this instrument. In the event that an investigator has pre-determined candidate biomarkers, from alternate methodologies or literature review, the discovery phase can be omitted and the investigator can proceed directly to biomarker validation. Purpose and Objective: The purpose of requirement is to procure a service agreement for a Q Exactive HF Mass Spectrometer and an Ultra High Pressure Liquid Chromatography (UHLPC) system: UltiMate 3000 NCS-3500RS Nano Pump, Unity Essential Plan Chrom LC Dnx (Thermo Fisher SN: 8107798) UltiMate 3000 WPS-3000TFC Autosampler Unity Essential Plan Chrom LC Dnx (Thermo Fisher SN: 8107126) UltiMate 3000 VWD-3100 UV Detector Unity Essential Plan Chrom LC Dnx (Thermo Fisher SN: 8108075) UltiMate 3000 NCP-3200RS Nano/Cap Unity Essential Plan Chrom LC Dnx (Thermo Fisher SN: 8107441) Scope of Work Contractor shall provide all labor and replacement parts to maintain normal operation of the listed above equipment's. Service shall be provided between the hours of 7 am and 5 pm, Bethesda, MD local prevailing time, Monday through Friday, unless indicated otherwise as follows: • Contractor shall perform one (1) Preventive Maintenance Inspection during the twelve-month period. Preventive Maintenance will be performed by a manufacturer's certified service technician. Service will include installation of hardware upgrades, calibration of the equipment, optimization of alignment for critical components, replacement of wear items, and overall inspection of the instrument to confirm that it is operating at peak efficiency and reliability. • Contractor shall on-line technical support and on-site service within 72 hours after it is determined that the problem cannot be resolved through on-line technical support. • Contract shall provide emergency service. Time to arrive on site remains the same as for Service, however, completion will be based upon mutual agreement of the parties to set a firm completion date if the timeframe exceeds 4 weeks and discussions on labor, parts and cost. • Contractor shall furnish all required certified replacement parts at no additional cost to the Government. • Contractor will provide free of charge software updates and notifications at the Agreement term. Contractor will not be responsible for repairs necessitated by user misuse or error, repairs required due to operator negligence, replacement of accessories and consumables, or problems associated with environmental conditions. Personnel Qualifications The contractor will be responsible for ensuring that the personnel assigned for service have the technical competence required to complete the service within a reasonable time and maintain the equipment at peak factory performance. Government Responsibilities Government will provide Contractor personnel reasonable access to the equipment for the required service repair. Government will cooperate with Contractor personnel so that Service can be performed efficiently and without interruption. Contractor shall be allowed use of Government equipment which Contractor personnel deem necessary to perform the Services. Non-Personnel Services and Inherently Government Functions IAW FAR 37.103(a)(1), review of this requirement has led to the following discovery: 1. The government will not exercise relatively continuous supervision and control over contractor personnel; 2. The performance is on-site; 3. The services required are for the contractor to provide NIH/NINDS Mass Spectrometer and UHPLC system maintenance and repair services in accordance with this SOW. These services do not involve contractors performing personal services, inherently governmental functions or unduly performing critical governmental functions. 4. The tools and maintenance and repair equipment will be furnished by the contractor and; 5. The need for this service is every year. 6. The determination/assessment of the contractor's support services by the NINDS Technical Requestor has found that the requirement does not include any of the following: inherently governmental functions; functions that are closely associated with inherently governmental functions; unauthorized personal services; critical and/or core functions. 7. Therefore, IAW FAR 37.104, this requirement is for non-personal services and it does not include any inherently governmental functions; functions that are closely associated with inherently governmental functions; unauthorized personal services; critical and/or core functions. Period of Performance Contractor shall perform maintenance/repairs services for the base year with two option years Place of Performance The required equipment shall be delivered to NIH Main Campus, 10 Center Drive, Building 10, Room 3N321, Bethesda, MD 20892. Security Requirements Service technicians will have to be cleared at the commercial vehicle inspection station on 9000 Rockville Pike, Bethesda, MD to gain access to the premises Contract Type The Government intends to issue a firm fixed price commercial items purchase order for this requirement. Invoicing shall be on a NET30 basis and payment shall be made via Electronic Funds Transfer (EFT). 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. APPLICABLE CLAUSES AND PROVISIONS The following FAR clauses and provisions shall apply to this solicitation: 1. All Offerors MUST be actively registered in the System for Award Management (SAM) www.sam.gov. 2. The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items (April 2014), applies to this acquisition. 3. FAR clause 52.212-2, Evaluation - Commercial Items (October 2014) applies to this acquisition. 4. A completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items (March 2015), is required with any offer submitted. This requirement may be met by completion of the provision in the System for Award Management. 5. FAR clauses 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015) and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2015) apply to this acquisition. 6. FAR clauses 52.217-9 Option to Extend the Term of the Contract (March 2000), applies to this acquisition. RESPONSE FORMAT Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. 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 and a price proposal. Respondents that believe that they are manufacturers or authorized resellers of the BRAND-NAME product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order. 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. EVALUATION CRITERIA Responses received to this RFQ will be evaluated on the basis of Lowest Price Technically Acceptable (LPTA). Offeror's submitting a response must provide a completed Price Quote to be evaluated and considered for award. Price quotes must indicate fixed unit pricing and total cost, including shipping cost and estimated time of delivery after receipt of order and any warranties. Responses to this solicitation must include clear and convincing evidence of the Offeror's capability of fulfilling the requirement as it relates to the essential government requirements stated in this solicitation. Under the lowest-price technically acceptable (LPTA) process, Offerors' will be determined to be "technically acceptable" or "technically unacceptable". CLOSING INFORMATION 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 responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. All responses must be received by December 16, 2017 at 12:00 pm, Eastern Standard Time (EST) and must reference solicitation number HHS-NIH-NIDA-SSSA-CSS-2017-21. Responses may be submitted electronically to amcgee@mail.nih.gov or by U.S. mail to the National Institute of Drug Abuse (NIDA), Station Support / Simplified Acquisition Branch (SS/SA), 31 Center Drive, Building 31, Room 1B59, Bethesda, Maryland 20892-2080, Attention: Andrea McGee. Fax responses will be accepted at (301) 480-1358. For information regarding this solicitation, contact Andrea McGee by email at amcgee@mail.nih.gov or by phone at (301) 480-2449.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-2017-21/listing.html)
 
Place of Performance
Address: 9800 Rockville Pike, Rockville, Maryland, 20850, United States
Zip Code: 20850
 
Record
SN04347358-W 20161210/161208234829-67882930286101c7cf0d6cb6732ec78b (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.