LSRFortess X-20 Flow Cytometer System Corrective/Remedial Repair and Preventive Maintenance Service
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: LSRFortess X-20 Flow Cytometer System Corrective/Remedial Repair and Preventive Maintenance Service
Classification Code: J - Maintenance, repair & rebuilding of equipment
Solicitation Number: FDA_18-233-1199946_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 government intends to issue a Purchase Order in accordance with FAR PART 13.106 for the requirement herein using Simplified Acquisition Procedures. The solicitation number is FDA_18-233-1199946_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) 2005-98,
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
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) Corrective/Remedial Repair and Preventive Maintenance Service LSRFortess X-20 Flow Cytometer System To meet above Minimum Requirements Make:
FACStation
High Throughput Sampler Serial #: U64770160156 FDA Material #: 647701
Coherent LSR OBIS 488-50 LX Blue Laser FDA Material #: 653537
COHR Cube 640-100 Red Laser FDA Material #: 647418
SAPPHIRE 561-100 Yellow/Green Laser FDA Material #: 646550
Violet 405-100 Laser FDA Material #: 643914
UV COHR OBIS 355-15 LG SORP Laser FDA Material #: 658152
Period of Performance: One Year from Date of Award
Quantity: 12
Unit: Months
Unit Price: _____________________
Extended Price: _____________________
Item #2 Option Period #1 Corrective/Remedial Repair and Preventive Maintenance Service LSRFortess X-20 Flow Cytometer System Make:
FACStation
High Throughput Sampler Serial #: U64770160156 FDA Material #: 647701
Coherent LSR OBIS 488-50 LX Blue Laser FDA Material #: 653537
COHR Cube 640-100 Red Laser FDA Material #: 647418
SAPPHIRE 561-100 Yellow/Green Laser FDA Material #: 646550
Violet 405-100 Laser FDA Material #: 643914
UV COHR OBIS 355-15 LG SORP Laser FDA Material #: 658152
Period of Performance: Upon Expiration of Previous Period of Performance
Quantity: 12
Unit: Months
Unit Price: _____________________
Extended Price: _____________________
Item #3 Option Period #2 Corrective/Remedial Repair and Preventive Maintenance Service LSRFortess X-20 Flow Cytometer System Make:
FACStation
High Throughput Sampler Serial #: U64770160156 FDA Material #: 647701
Coherent LSR OBIS 488-50 LX Blue Laser FDA Material #: 653537
COHR Cube 640-100 Red Laser FDA Material #: 647418
SAPPHIRE 561-100 Yellow/Green Laser FDA Material #: 646550
Violet 405-100 Laser FDA Material #: 643914
UV COHR OBIS 355-15 LG SORP Laser FDA Material #: 658152
Period of Performance: Upon Expiration of Previous Period of Performance
Quantity: 12 Unit: Months
Unit Price: _____________________
Extended Price: _____________________
Item #4 Option Period #3 Corrective/Remedial Repair and Preventive Maintenance Service LSRFortess X-20 Flow Cytometer System Make:
FACStation
High Throughput Sampler Serial #: U64770160156 FDA Material #: 647701
Coherent LSR OBIS 488-50 LX Blue Laser FDA Material #: 653537
COHR Cube 640-100 Red Laser FDA Material #: 647418
SAPPHIRE 561-100 Yellow/Green Laser FDA Material #: 646550
Violet 405-100 Laser FDA Material #: 643914
UV COHR OBIS 355-15 LG SORP Laser FDA Material #: 658152
Period of Performance: Upon Expiration of Previous Period of Performance
Quantity: 12 Unit: Months
Unit Price: _____________________
Extended Price: _____________________
Item #5 Option Period #4 Corrective/Remedial Repair and Preventive Maintenance Service LSRFortess X-20 Flow Cytometer System Make:
FACStation
High Throughput Sampler Serial #: U64770160156 FDA Material #: 647701
Coherent LSR OBIS 488-50 LX Blue Laser FDA Material #: 653537
COHR Cube 640-100 Red Laser FDA Material #: 647418
SAPPHIRE 561-100 Yellow/Green Laser FDA Material #: 646550
Violet 405-100 Laser FDA Material #: 643914
UV COHR OBIS 355-15 LG SORP Laser FDA Material #: 658152
Period of Performance: Upon Expiration of Previous Period of Performance
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 (Deviation 2017-02) (
"(r) Compliance with laws unique to Government contracts. The Contractor agrees to comply with 31 U.S.C. 1352 relating to limitations on the use of appropriated funds to influence certain Federal contracts; 18 U.S.C. 431 relating to officials not to benefit; 40 U.S.C. chapter 37, Contract Work Hours and Safety Standards; 41 U.S.C. chapter 87, Kickbacks; 10 U.S.C. 2409 relating to whistleblower protections; 49 U.S.C. 40118, Fly American; and 41 U.S.C. chapter 21 relating to procurement integrity."
The following FAR 52.212-4 addenda apply: (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.
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 apply to this acquisition. Full text of Clauses and Provisions can be obtained at http://www.acquisition.gov/far/ & http://farsite.hill.af.mil/vfhhsara.htm
FAR Clause 52.204-13 System for Award Management (
HHSAR Clause 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations
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-
Contractor Performance Evaluation (s) In accordance with Federal Acquisition Regulation (FAR) 42.15, FDA will complete annual and final contractor performance evaluations. Annual evaluations will be prepared to coincide with the anniversary date of the contract. Additional interim performance evaluations may be prepared at the CO's discretion, as necessary. Final performance evaluations will be completed upon contract expiration.
FDA will utilize the Contractor Performance Assessment Reporting System (CPARS) in order to execute annual and final contractor performance evaluations. CPARS is a secure Internet website located at https://www.cpars.gov/main/cparsmain.htm. FDA will register the contractor in CPARS upon receipt of the name and email address of two (2) individuals who will be responsible for serving as the Contractor's primary and alternate CPARS contacts. Once FDA registers the contractor in CPARS, the Contractor will receive an automated CPARS email message which contains User IDs and instructions for creating a password.
Once a performance evaluation is issued, the Contractor's primary and alternate CPARS contact will receive an email instructing them to logon to CPARS in order to review the performance evaluation. The Contractor has 14 calendar days from the date of performance evaluation issuance in which to review the evaluation. If the Contractor is in agreement with the performance evaluation outcome, the evaluation becomes final. Should the Contractor be in disagreement with the performance evaluation outcome, rebuttal comments must be submitted via the CPARS within 30 days from date the evaluation was issued by FDA. Any disagreement between the CO and the Contractor will be referred to a contracting official one level above the CO, whose decision will be final.
Copies of each performance evaluation and contractor responses, if any, will be retained as part of the official contract file and will be used to support future award decisions. Evaluations will also be stored for a 3 year period (6 years for construction) in the Past Performance Information Retrieval System (PPIRS) at www.ppirs.gov.
Contractors may obtain CPARS training material and register for on-line training at https://www.cpars.gov/main/cparsmain.htm. There is no fee for registration or use of the CPARS system.
FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (Deviation 2017-02) (
(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- 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
52.222-48 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Certification. (
Paragraph (b)(10). Past performance information shall clearly demonstrate recent (within the past 3 years), relevant, and documented experience providing Corrective/Remedial Repair and Preventive Maintenance Services on
FAR Provision 52.204-7 System for Award Management (
The provision at FAR 52.212-2 Evaluation-Commercial Items (
(i) Technical Acceptability (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 Acceptability (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_18-233-1199946_FnO/listing.html
Quick Acting Watertight Door Replacement – Bell M. Shimada
North Carolina Utilities Commission Issues Order Involving Moving Packing & Storage
Advisor News
Annuity News
Health/Employee Benefits News
Life Insurance News