Combine Solicitation – Roche Cedex Cell Viability Analyzer Maintenance (PMs Only)
Notice Type: Combine Solicitation
Posted Date:
Office Address: Other Defense Agencies;
Subject: Roche Cedex Cell Viability Analyzer Maintenance (PMs Only)
Classification Code: J - Maintenance, repair & rebuilding of equipment
Solicitation Number: HU0001-15-Q-A064
Contact:
Setaside: N/AN/A
Place of Performance (address): 4301 Jones Bridge RoadBethesda, MD
Place of Performance (zipcode): 20814
Place of Performance Country: US
Description: Other Defense Agencies
*Refer to the attachments for the complete detail. The purpose of this Amendment #2 is to break the small business set-aside [see section highlighted in yellow]. Offerors must include a statement in their offer that they acknowledge this RFQ Amendment #2. The purpose of this Amendment #1 is to correct our requirement from comprehensive maintenance to PM-only service [see section highlighted in yellow]. Offerors must include a statement in their offer that they acknowledge this RFQ Amendment #1.
General Overview:
Additional information regarding USU and its mission can be found on our website: www.usuhs.mil.
This is a combined synopsis/solicitation for commercial items in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is a Request for Quotes (RFQ) for commercial items in accordance with the procedures of FAR Part 12 Acquisition of Commercial Items and Part 13 Simplified Acquisition Procedures. This RFQ incorporates all provisions and clauses in effect through Federal Acquisition Circular FAC 2005-83-2- 08032015, effective
[Small business set-aside language redacted. This requirement is full and open to both small businesses and large businesses.] The applicable FSC is J066 Maintenance, Repair, and Rebuilding of Equipment-Instruments and Laboratory Equipment. In order to be eligible for award, offerors must be registered on SAM.gov with completed Representations & Certifications (Reps & Certs).
Offerors interested in responding to this requirement must provide a quote for annual PMs on Roche Custom Biotech, Cedex Cell Viability Analyzer (Model No.
The past purchase order detail is as follows: PO No.: HU0001-14-M-V339 Awardee:
A copy of this award is not available for viewing.
Specification:
USU will use the following, not as exclusive requirements but, as illustrative requirements. The following requirements will be factored into our Best Value evaluation: The more of the following an interested offeror can offer, the more highly its quote will be evaluated for the Technical factor.
USU has the following desired specifications for the annual PMs on Roche Custom Biotech, Cedex Cell Viability Analyzer (Model No.
Offerors responding to this requirement are not required to quote meeting all the desired specifications listed above. However, those quotes that meet or exceed the desired specifications will be considered more desirable by the Government.
Offerors must refer to the attached Statement of Work for full requirements detail. Offerors must detail whether or not they can fulfill our requirements.
The period of performance (PoP) is
Offerors responding to this requirement must provide pricing, at a minimum, for the following contract line item numbers (CLINs)*:
* Refer to the attached CLIN Structure spreadsheet. Please note there are two sheets to be completed in the Excel file.
In order to be considered for award, offerors must provide a quote for all CLINS listed.
Evaluation / Award Detail:
The Government intends to issue a single, firm-fixed priced (FFP) purchase order (PO) to the offeror representing the best value to the Government based on the evaluation factors listed below. Evaluation factors are listed in order of importance, with most important listed first. The Government will conduct a trade-off between price and non-price factors. The Government is not required to award to the lowest priced offeror or the offeror quoting the highest technically rated item.
The government reserves the right to award without discussions.
Evaluation Factors (in order of importance):
1. Technical. Offerors must provide literature, which demonstrates the capabilities of the quoted service(s). At a minimum the literature must demonstrate that the quote meets USU's requirements. The Government reserves the right to utilize technical (e.g. trade magazines) and customer reviews/references as part of the technical evaluation.
2. Corporate Experience. Offerors are required to provide a narrative of their corporate experience in maintaining the required units.
3. Price. Offerors must include all applicable costs, e.g. parts, labor, travel, etc., in the quote. The total quoted price for all components will be the evaluated price. Offerors must include their preferred method of payment (DFAS EFT or GPC Visa Card). USU prefers to make payment(s) using the Visa Government Purchase Card (GPC), unless it would incur additional service charges.
4. Past Performance. The Government may evaluate the offeror's present and past performance on similar tasks within the past three years. Offerors must provide two (2) customer references for similar work performed. The Government reserves the right to select which reference(s) to contact and whether or not to contact the reference(s) at all. The following information must be provided for each reference: a. Name of client and address; b. Name of current PoC, including title, phone number, and email address; c. Contract number, if available; d. Contract value (total cost); e. Contract period of performance (PoP); and f. A clear description of the service provided.
In addition to providing the product literature, offerors must also submit a copy of the completed CLIN Structure spreadsheet* in the quote package. Those offerors who fail to provide this copy in the quote package may be deemed nonresponsive.
* Refer to the attached CLIN Structure Excel file for the replica of this
The Federal Government prefers not to use third-party-payment merchants, e.g.
The units are located in
See attached list for applicable provisions and clauses for this requirement. Offerors must submit a copy of completed Required Provisions. Failure to do so may result in the quote package being deemed nonresponsive.
Offerors must also submit the following required provisions [attached in this solicitation]: a. Completed copy of provision 252.209-7992 b. Completed copy of provision 52.222-48
The quote must be valid through
Deadlines:
Questions/clarifications regarding this solicitation must be submitted via email to [email protected] by
Quote packages are due by
Link/URL: https://www.fbo.gov/notices/6dc20cc9cabf396c99a26bc84fdcddca
Presolicitation Notice – LEXISNEXIS RENEWAL SUBSCRIPTION
Advisor News
Annuity News
Health/Employee Benefits News
Life Insurance News