Confocal Laser Scanning Microscope System Corrective/Remedial Repair and Preventive Maintenance Service
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: Confocal Laser Scanning Microscope System Corrective/Remedial Repair and Preventive Maintenance Service
Classification Code: J - Maintenance, repair & rebuilding of equipment
Solicitation Number: FDA_18-233-1194841_FnO
Contact:
Setaside: N/AN/A
Place of Performance (address):
Place of Performance (zipcode): 20993
Place of Performance Country: US
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 solicitation is being issued in conjunction with FAR PART 13.106 106 and FAR 13.5 Simplified Procedures for Certain Commercial Items. The solicitation number is FDA_18-233-1194841_FnO. 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) 2005-97,
The associated North American Industry Classification System (NAICS) Code is- 811219 - Other Electronic and Precision Equipment Repair and Maintenance; with a Small Business Size standards
Respondents are responsible for delivery in person, by e-mail, fax, mail or other delivery method of their complete proposal and any additional documents before
PLEASE NOTE - The above contact information is for the Contracting Office and not the delivery address. The delivery address is indicated in the FOB Destination section below.
For information regarding this solicitation, please contact
Statement of Need The
The system is identified by Serial Number: 8100000223 which was previously covered under a Premium Care SP8WLL2 STED3x Contract (HHSF223201210156C) which expired
Minimum Corrective/Remedial Repair and Preventive Maintenance Service Requirements: * All maintenance and repair activities shall be performed by formally trained and certified technicians/engineers. All repairs and PM services shall be performed following Original Equipment Manufacturer (OEM specifications, manuals, and service bulletins, using OEM replacement parts, components, subassemblies, etc. * Proposed pricing shall provide unlimited Corrective/Remedial and Preventive Maintenance Service(s) inclusive of shipping, labor, travel, replacement parts, subassemblies, components, or modules necessary for repairs, etc. * The PM Service plan shall include at least one (1) on-site visit for routine calibration and certification of the instrument per year. * Contractor shall provide corrective/remedial repair visits within 2-3 business days of call for service (for issues that can't be resolved remotely via phone or Internet). * The Contractor shall provide unlimited technical support Mondays - Fridays (excluding Federal Holidays) between the hours of
Offerors are afforded the opportunity to inspect the system by contacting the Contract Specialist/Contracting Officer identified herein to schedule an appointment. Failure to inspect the system will not relieve the successful offeror from fully meeting the requirements of the resulting contract at the price offered.
Item #1 (Base Year) Confocal Laser Scanning Microscope System Corrective/Remedial Repair and Preventive Maintenance Service To meet above Minimum Requirements
Period of Performance: One Year from Date of Award
Make: Leica Model Number: SP8 (SMD 2016)(DLS 2017) Serial Number: 8100000223
Quantity: 12 Unit: Months
Unit Price: _____________________
Extended Price: _____________________
Item #2 Option Period #1 Confocal Laser Scanning Microscope System Corrective/Remedial Repair and Preventive To meet above Minimum Requirements
Period of Performance: Upon Expiration of Previous Period of Performance
Make: Leica Model Number: SP8 (SMD 2016)(DLS 2017) Serial Number: 8100000223
Quantity: 12 Unit: Months
Unit Price: _____________________
Extended Price: _____________________
Item #3 Option Period #2 Confocal Laser Scanning Microscope System Corrective/Remedial Repair and Preventive To meet above Minimum Requirements
Period of Performance: Upon Expiration of Previous Period of Performance
Make: Leica Model Number: SP8 (SMD 2016)(DLS 2017) Serial Number: 8100000223
Quantity: 12 Unit: Months
Unit Price: _____________________
Extended Price: _____________________
Item #4 Option Period #3 Confocal Laser Scanning Microscope System Corrective/Remedial Repair and Preventive To meet above Minimum Requirements
Period of Performance: Upon Expiration of Previous Period of Performance
Make: Leica Model Number: SP8 (SMD 2016)(DLS 2017) Serial Number: 8100000223
Quantity: 12 Unit: Months
Unit Price: _____________________
Extended Price: _____________________
Item #5 Option Period #4 Confocal Laser Scanning Microscope System Corrective/Remedial Repair and Preventive To meet above Minimum Requirements
Period of Performance: Upon Expiration of Previous Period of Performance
Make: Leica Model Number: SP8 (SMD 2016)(DLS 2017) Serial Number: 8100000223
Quantity: 12 Unit: Months
Unit Price: _____________________
Extended Price: _____________________
Place of Performance:
Contract Type- Commercial Item - Firm fixed price.
Contract Clauses- The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (
(a) Inspection/Acceptance. The Contractor shall only tender for acceptance those items that conform to the requirements of this contract. The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The Government may require repair or replacement of nonconforming supplies or re-performance of non-conforming services at no increase in contract price. If repair/replacement or re-performance will not correct the defects or is not possible, the Government may seek an equitable price reduction or adequate consideration for acceptance of nonconforming supplies or services.
Supplies and/or services delivered hereunder shall be inspected and accepted at destination by the contracting officer / representative (COR) specified at award. If the supplies or services are acceptable, the COR shall promptly forward a report of inspection and acceptance to the paying office. If the supplies or services are not acceptable, the COR shall document the nonconforming items/services and immediately notify the contracting officer. No advance payment will be made under the resulting order/contract.
No advance payment will be made under the resulting order/contract.
Payment Terms Net 30 Days After Government Acceptance of Supplies/Services.
Invoice Submission A. The contractor shall submit all invoices to:
*** Acceptable methods of delivery include: E-mail (preferred) and Standard Mail.
B. Invoices submitted under this contract must comply with the requirements set forth in FAR Clauses 52.232-25 (Prompt Payment) and 52.232-33 (Payment by
C. An electronic invoice is acceptable if submitted in adobe acrobat (PDF) format. All items listed in (i) through (xiii) of this clause must be included in the electronic invoice. Electronic invoices must be on company letterhead and must contain no ink changes and be legible for printing.
D. Questions regarding invoice payments should be directed to the FDA Payment Office at the e-mail address provided above in Section A.
The following additional provisions and/or clauses apply and incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.acquisition.gov/far/
FAR Clause 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (
HHSAR Clause 352.203-70 Anti-lobbying
The Contracting Officer is the only person with authority to act as agent of the Government under this contract. Only the Contracting Officer has authority to: (1) Direct or negotiate any changes in the statement of work; (2) Modify or extend the period of performance; (3) change the delivery schedule; (4) Authorize reimbursement to the Contractor any costs incurred during the performance of this contract; or (5) Otherwise change any terms and conditions of this contract.
The Contracting Officer for this order is: To be completed at time of award-
The Certified 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 COR for this order is: To be completed at time of award-
FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items. (
(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (
(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13,
Solicitation provisions- 52.252-1
FAR Provision 52.204-7 System for Award Management (
The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items applies to this solicitation. (
The following FAR 52.212-1 addenda apply: Paragraph (b)(4). To ensure information is available, offerors shall furnish as part of their proposal all descriptive material necessary for the government to conclusively determine that the service offered will satisfy the Government's requirements. The government is not responsible for locating or securing any information, which is not identified in the proposal.
Paragraph (b)(8) Representations and Certifications- In addition to completing the representations and certifications at FAR 52.212-3(b), the Contractor's quote shall also clearly show that the Contractor has selected the appropriate certification under FAR 52.222-48.
Note: This solicitation is being issued under the premise that the Contractor will certify that the combination of equipment/service it will propose to fulfill this requirement is exempt from the Service Contract Act per the conditions set forth in FAR 52.222-48 & FAR 22.1003-4(c). If this is the case and the Contractor certifies that is exempt under the terms and conditions of 52.222-48, then clause 52.222-51 will flow per usual from this solicitation to the resulting order. In the event that a Contractor does not make this certification, traditional Service Contract Act clauses 52.222-41, and 52.222-43 shall be included in the resulting order award as well as Wage Determination WD 15-4269 (Rev.-5): https://www.wdol.gov/wdol/scafiles/std/15-4269.txt v=5
Paragraph (b)(10). Past performance information shall clearly demonstrate recent (within the past 3 years), relevant, and documented experience providing Preventative Maintenance Services for Leica SP8 SMD DLS Confocal Laser Scanning Microscope System. To include a brief description of service performed, contract number(s), client points of contact names, and client points of contact email addresses and phone numbers. 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 provision at FAR 52.212-2 Evaluation-Commercial Items (
(i) Technical Capability (See FAR Provision 52.212-1 (b)(4) and addenda thereto) (ii) Past Performance (See FAR Provision 52.212-1 (b)(10) and addenda thereto) (iii) Price.
Technical Capability (i.e., how well the proposed service offered meet or exceed the Government's requirements and Past Performance (recent and relevant) are collectively more important than price in determining the best value to the Government though price remains a significant consideration.
Options- The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
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.
The Provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (
It is the offeror's responsibility to monitor the internet site for the release of an amendment to the combined synopsis/solicitation (if any).
Link/URL: https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA_18-233-1194841_FnO/listing.html
A.M. Best to Sponsor Dubai World Insurance Congress
Agency Information Collection Activity Under OMB Review: Veterans Mortgage Life Insurance Inquiry
Advisor News
Annuity News
Health/Employee Benefits News
Life Insurance News