Maintenance Services for Manufactured Becton Dickinson Biosciences Flow Cytometry Equipment
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: Maintenance Services for Manufactured Becton Dickinson Biosciences Flow Cytometry Equipment
Classification Code: J - Maintenance, repair & rebuilding of equipment
Solicitation Number: 75N91019Q00010
Contact:
Setaside: Total Small BusinessTotal Small Business
Place of Performance (address):
Place of Performance (zipcode): 20892
Place of Performance Country: US
Description:
Title: Maintenance Services for Manufactured Becton Dickinson Biosciences Flow Cytometry Equipment Document Type: Combined Synopsis/Solicitation Notice Solicitation Number: 75N91019Q00010 Proposed Posted Date:
This is a combined synopsis/solicitation for commercial items, prepared in accordance with format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation: No. 75N91019Q00010 is issued as a request for quote (RFP) and includes all applicable provisions and clauses in effect through 2005-100 /
Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price purchase order for severable services.
SCOPE The Contractor shall provide all labor, material and equipment necessary to maintain and provide preventive maintenance for the two (2) Government-owned flow cytometry systems described below. All maintenance services shall be performed on-site in accordance with the manufacturer's standard commercial maintenance practices.
Manufactured Becton Dickinson FACSARIA II Special Order 6-Laser System, SN P69500128 (including
* BD Laser Component of SN P69500128, Sapphire 488-50 Blue Laser SN 5363 * BD Laser Component of SN P69500128, 640-40 Red Laser SN 5364 * BD Laser Component of SN P69500128, 594-200 Yellow Laser SN 5369 * BD Laser Component of SN P69500128, 405-100 Violet Laser SN 5368 * BD Laser Component of SN P69500128, UV 100mW Laser, SN 5370 * BD Laser Component of SN P69500128, 561-100 Lt Grn Laser, SN 5371
Manufactured Becton Dickinson LSRFortessa Special Order 5-Laser Flow Cytometry System, SN H64779500002 (including
* BD Laser Component of SN H64779500002, Violet 405-100 SN6678 * BD Laser Component of SN H64779500002, Yellow laser 592nm-200mW, SN 6677 * BD SAPPHIRE Laser component of SN H64779500002, 488-100 Blue Laser, SN 6675 * BD Laser Component of SN H64779500002, COHR Cube 640-100 Red Laser, SN 6676 * BD Laser Component of SN H64779500002, Compass 561-100 Lt. Green, SN 6679
TYPE OF ORDER
This is a firm fixed-price purchase order. SPECIAL ORDER REQUIREMENTS
PREVENTIVE MAINTENANCE
The Contractor shall perform two (2) planned preventive maintenance services during the 12 month contract period. Technically qualified OEM factory-trained field engineers with access to OEM parts shall perform Service. Service shall consist of a thorough cleaning, calibration, adjusting, inspection, and testing of all equipment in accordance with the manufacturer's latest established
service procedures. Service shall include parts and installation of the manufacturers' preventive maintenance parts kit. All equipment shall be operationally tested through at least one (1) complete operating cycle at the end of the preventive maintenance inspection to assure optimum and efficient performance. Any defective components noted during the preventive maintenance inspection shall be replaced as necessary to assure optimum and efficient performance.
EMERGENCY SERVICE
The contractor shall deliver unlimited, OEM-approved emergency repair services for all equipment specified under
Emergency service calls shall not replace the necessity for scheduled Preventive Maintenance Inspections. The contractor shall have primary dispatch control of the field engineers who perform maintenance services under this contract, and dispatch of field engineers under this contract shall be set to a higher priority than billable calls.
Due to the complexity of the instrumentation, repairs may necessitate multiple engineers, multiple visits, and/or shipment and installation of multiple OEM parts and components to identify the exact nature of a problem. Such troubleshooting services shall be provided by OEM trained personnel without requirement for additional purchase orders from the Government.
In the case of an emergency in which the instrument is completely non-functional, the contractor shall provide same day communication access to on site (NIH) OEM field engineers for diagnosis and possible same day repair. At the discretion of the field engineer, delivery of services under this contract may continue after
All primary service personnel shall have at least one backup Field Service Engineer with at least the same level of expertise on the equipment covered by this purchase order REPLACEMENT PARTS
The Contractor shall furnish all required replacement parts and OEM upgraded components at no additional cost to the Government, with the exception of consumable parts to include batteries and glassware. Parts shall be new or remanufactured to OEM specifications. When necessary for emergency repairs, the Contractor shall ship in stock parts and components via overnight delivery. If telephone consultation with factory trained Field Service Engineers identifies a spare part necessary for emergency repair, the Contractor shall provide immediate shipment for overnight delivery for next day installation by qualified OEM trained Field Service Engineers. All spare parts installed shall be OEM factory configured to be compatible with existing OEM software and with existing hardware. The Contractor shall maintain an OEM spare parts inventory. TELEPHONE SERVICE
The Contractor shall maintain, and deliver unlimited access to, a technical helpdesk providing telephone support for the purpose of troubleshooting technical problems, software issues and applications assistance and for dispatching Field Service Engineers and/or parts as necessary. Telephone support shall include expert technical advice from OEM factory-trained engineers. Telephone support shall be provided immediately and directly without any requirement for issuance of additional purchase orders. The telephone support services shall be available from
SOFTWARE UPDATES/SERVICE The Contractor shall provide
SERVICE EXCLUSIONS
The Contractor shall not be responsible for any repairs necessitated by abuse, neglect, vandalism, Acts of God, fire or water. These repairs shall be the subject of a separate purchase order and shall not be performed under this contract.
PERIOD OF PERFORMANCE
The base period of performance shall be for twelve (12) months from
Technically qualified factory-trained personnel shall perform service to: Manufactured Becton Dickinson FACSARIA II Special Order 6-Laser System, SN P69500128 (including
The above system is located in Bld. 10, Room 6B16,
* BD Laser Component of SN H64779500002, Violet 405-100 SN6678 * BD Laser Component of SN H64779500002, Yellow laser 592nm-200mW, SN 6677 * BD SAPPHIRE Laser component of SN H64779500002, 488-100 Blue Laser, SN 6675 * BD Laser Component of SN H64779500002, COHR Cube 640-100 Red Laser, SN 6676 * BD Laser Component of SN H64779500002, Compass 561-100 Lt. Green, SN 6679
as covered by this contract. All primary service personnel shall have at least one backup support person with at least the same level of expertise on the equipment covered by this contract.
The above system is located in Bld. 10, Room 6B-13,
PLACE OF PERFORMANCE
Onsite services shall be performed at the following location:
Payment shall be made quarterly in arrears. Payment authorization requires submission and approval of invoices to the COR and NIH OFM, in accordance with the payment provisions listed below: The following clause is applicable to all Purchase Orders, Task or Delivery Orders, and Blanket Purchase Agreement (BPA) Calls: PROMPT PAYMENT (
I INVOICE REQUIREMENTS
A. An invoice is the Contractor's bill or written request for payment under the contract for supplies delivered or services performed. A proper invoice is an "Original" which must include the items listed in subdivisions 1 through 12, below, in addition to the requirements of FAR 32.9. If the invoice does not comply with these requirements, the Contractor will be notified of the defect within 7 days after the date the designated billing office received the invoice (3 days for meat, meat food products, or fish, and 5 days for perishable agricultural commodities, dairy products, edible fats or oils) with a statement of the reasons why it is not a proper invoice. (See exceptions under II., below.) Untimely notification will be taken into account in the computation of any interest penalty owed the Contractor.
1. Vendor/Contractor:
* NOTE: If your invoice must differ from the line items on the award, please contact the Contracting Officer before submitting the invoice. A modification to the order or contract may be needed before the invoice can be submitted and paid.
C. Mail an original and 1 copy of the itemized invoice to:
For inquiries regarding payment call: (301) 496-6088
In order to facilitate the prompt payment of invoices, it is recommended that the vendor submit a photocopy of the invoice to the "Consignee" designated for the acquisition in blocks 6A - 6E of the face page of the Order/Award document.
II. INVOICE PAYMENT
A. Except as indicated in paragraph B., below, the due date for making invoice payments by the designated payment office shall be the later of the following two events:
1. The 30th day after the designated billing office has received a proper invoice. 2. The 30th day after Government acceptance of supplies delivered or services performed.
B. The due date for making invoice payments for meat and meat food products, perishable agricultural commodities, dairy products, and edible fats or oils, shall be in accordance with the Prompt Payment Act, as amended.
III. INTEREST PENALTIES
A. An interest penalty shall be paid automatically, if payment is not made by the due date and the conditions listed below are met, if applicable. 1. A proper invoice was received by the designated billing office. 2. A receiving report or other Government documentation authorizing payment was processed and there was no disagreement over quantity, quality, or contractor compliance with a term or condition. 3. In the case of a final invoice for any balance of funds due the contractor for supplies delivered or services performed, the amount was not subject to further settlement actions between the Government and the Contractor.
B. Determination of interest and penalties due will be made in accordance with the provisions of the Prompt Payment Act, as amended, the Contract Disputes Act, and regulations issued by the
a) Upon receipt of accelerated payments from the Government, the Contractor shall make accelerated payments to its small business subcontractors under this contract, to the maximum extent practicable and prior to when such payment is otherwise required under the applicable contract or subcontract, after receipt of a proper invoice and all other required documentation from the small business subcontractor. b) The acceleration of payments under this clause does not provide any new rights under the prompt Payment Act.
Include the substance of this clause, include this paragraph c, in all subcontracts with small business concerns, including subcontracts with small business concerns for the acquisition of commercial items.
PROVISIONS AND CLAUSES
CLAUSES
The following Federal Acquisition Regulation Clauses apply to this acquisition:
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 (
_X_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (
__ (1) 52.222-17,
FAR 52.217-8 OPTION TO EXTEND SERVICES (
The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days.
FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (
(a) The Government may extend the term of this contract by written notice to the Contractor within 15 days of contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 24 months.
FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/ and/or http://www.hhs.gov/policies/hhsar/.
CLAUSE NO. TITLE DATE HHSAR 352.203-70 ANTI-LOBBYING
CLAUSE NO. TITLE DATE FAR 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS
PROVISIONS
The following Federal Acquisition Regulation and Health & Human Services Acquisition Regulation Clauses apply to this acquisition:
FAR 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The quoter is cautioned that the listed provisions may include blocks that must be completed by the quoter and submitted with its quotation. In lieu of submitting the full text of those provisions, the quoter may identify the provision by paragraph identifier and provide the appropriate information with its quotation. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/Far/ and/or http://www.hhs.gov/policies/hhsar/.
PROVISION NO. TITLE DATE FAR 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS
Quotes must be submitted with a completed 52.212-3 Quoter Representations and Certifications-Commercial Items-with DUNS Number Addendum, signed by an authorized representative of the Quoter OR provide a copy of valid certification in the System for Award Management (SAM) at www.sam.gov.
The quote must be prepared in three SEPARATE volumes: Volume I - "Technical Volume", Volume II - "Past Performance Volume" and Volume III - "Price/Business Volume". Each of these parts shall be separate and complete in itself so that the evaluation of one may be accomplished independently of the evaluation of the other. The Request for Quotation (RFQ) number should be included on the front cover of each volume.
Your quote must stipulate that it is predicated upon all the terms and conditions of this RFQ and signed by an official authorized to bind your organization. In addition, it must contain a statement to the effect that it is firm for a period of at least 60 days from the date of receipt thereof by the Government.
This RFQ does not commit the Government to pay any of the costs associated with the preparation and submission of your quote. In addition, the Contracting Officer is the only individual authorized to legally commit the Government to the expenditure of public funds in connection with this requirement. By submitting a quote in response to this solicitation, it is understood that your quote shall become a part of the official contract file.
BASIS FOR AWARD The Government intends to make an award to the Quoter whose quotation provides the best overall value to the Government. Selection of a Quoter for award will be based on an evaluation of quotations against four factors. The factors, in order of importance are: technical, personnel requirements and organizational experience, past performance and price. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. However, cost/price may become a critical factor in source selection in the event that two or more quoters are determined to be essentially equal following the evaluation of all factors other than cost/price. The process described in FAR 15.101-1 may be employed, which permits the Government to make tradeoffs among cost or price and non-cost factors to consider award to other than the lowest price quote or other than the highest technically rated factor.
The evaluation will be based on the demonstrated capabilities of the prospective Contractors in relation to the needs set forth in the combined synopsis/solicitation. The merits of each quote will be evaluated carefully. Each quote must document the feasibility of successful implementation of the requirements of the combined synopsis/solicitation.
The Government is not responsible for locating or securing any information which is not identified in the quote. The Government reserves the right to make an award without discussions. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may not be requesting revisions to Quotations, so Quoters should provide their best solution and price in response to the solicitation.
NOTE: Quoters must submit information sufficient to evaluate their quotation based on the detailed factors listed below.
THE EVALUATION PROCESS The Government will award a contract resulting from this RFQ to the responsible quoter whose quotation, conforming to the RFQ, will be most advantageous to the Government, price and other factors considered. The following evaluation factors shall be used to evaluate the prospective Contractors and are listed in order of importance:
1. Technical Approach 2. Personnel Requirements and Organizational Experience 3. Past Performance (Acceptable/Unacceptable) 4. Price (Price will be evaluated separately but not scored)
TECHNICAL ADJECTIVAL RATINGS
Evaluators will apply the criteria of the following adjectives, (as appropriate to the individual factor being evaluated) as general guidance to be used when rating each of the technical factors listed above and the volume as a whole.
Rating Adjectival Definition
Blue
Excellent The quote contains no deficiencies or only a very few and very minor weaknesses. Based on information provided, there is no doubt that the quote demonstrates an exceptional understanding of the services required to meet or exceed most requirements. The highest quality of performance is anticipated.
Green
Very Good The quote contains no deficiencies and only a few minor weaknesses. Based on the information provided, there is little doubt that the quote demonstrates a high quality of understanding of the services required to meet or exceed some of the requirements.
Yellow Satisfactory The quote contains no deficiencies and some weaknesses. Based on the information provided, the Quote demonstrates an understanding of the services required to meet the requirements.
Orange
Poor The quote contains deficiencies and significant weaknesses. Based on information provided, there is doubt that the contractor understands the services required to meet the requirements. Requirement/services can be met only with major changes to the quote.
Red Unacceptable The quote has many deficiencies and/or gross omissions; failure to understand much of the scope of work necessary to perform the requirements; failure to provide a reasonable, logical approach to fulfilling much of the government's requirements; failure to meet many personnel requirements in the solicitation. (When applying this adjective to a quote as a whole, the technical quote would have to be so unacceptable in one or more areas that it would have to be completely revised in order to attempt to make it other than unacceptable.)
Price Quote:
The quoter shall prepare a price quotation that contains all information necessary to allow for a comprehensive evaluation of the price quoted. Specifically, each quote must include the following:
- Federal Tax Identification Number (TIN); - Data Universal Numbering System (DUNS) Number; - Business Size (e.g., small or large)
TECHNICAL EVALUATION CRITERIA
1. Technical Approach:
The Quoter will be evaluated by the quality and reasonableness of the proposed technical plan as evidence of understanding of the scope, purpose, and complexity of the requirements as described in the Statement of Work (SOW) in enough detail that someone with a rudimentary knowledge of the subject would be able to understand the quoter's ability to perform the work. The proposed technical plan shall demonstrate the following:
* Shall show evidence of previous work performed for at least three (3) past clients with
2. Personnel Requirements and Organizational Experience
The Quoter will be evaluated by the appropriateness and adequacy of the proposed project personnel and organization experience as it relates to the completion of the requirements in the SOW, including the responsibilities and level of effort for all personnel who will be assigned to the contract. Staff as well as their detailed qualifications must be described. The key personnel assigned to this contract shall include: Certified factory-trained service engineers, certified technical support engineers, and application specialists. The Contractor shall provide a copy of the certificate of key personnel that will be performing the work stated in the SOW. Contractor shall also include the following in their quote:
* Demonstrate knowledge and expertise on servicing and troubleshooting
3. Past Performance (Acceptable/Unacceptable)
Quoters shall submit the following information as part of their response:
* A list of at least three (3) contracts providing similar services working onsite at the client's facility containing the instrument listed in the SOW completed during the past ten years and all contracts currently in process that are similar in nature to the services requested in the SOW. Contracts listed may include those entered into by the Federal Government, agencies of state and local Governments and commercial concerns. Quoters may also submit past performance information regarding predecessor companies, key personnel who have relevant experience or Sub Contractors that will perform major or critical aspects of the requirement when such information is relevant to the instant acquisition. Quoters that are newly formed entities without prior contracts should list contracts and subcontracts as required above for all key personnel. The list of contracts is preferably related to past experience with the
Quoters shall include the following information for each contract or sub contract:
1.
* The Quoter shall provide specific past performance information on issues encountered with the same or similar instrumentation mentioned in the SOW; identify applicable contracts; and provide corrective actions taken in order to resolve.
The evaluation will be based on information obtained from references provided by the Quoter; other relevant past performance information obtained from other sources known to the Government. The Government will assess the relative risks associated with each Quoter. Performance risks are those associated with a Quoter's likelihood of success in performing the requirements as indicated by that Quoter's record of past performance.
The assessment of performance risk is not intended to be the product of a mechanical or mathematical analysis of an quoter's performance on a list of contracts but rather the product of subjective judgment by the Government after it considers all available and relevant information.
When assessing performance risks, the Government will focus on the past performance of the quoter as it relates to all acquisition requirements, such as the quoter's record of performing according to specifications, including standards of good workmanship; the quoter's adherence to contract schedules, including the administrative aspects of performance; the quoter's reputation for reasonable and cooperative behavior and commitment to customer satisfaction; and generally, the quoter's business-like concern for the interest of the customer.
The Government will consider the currency and relevance of the information, source of the information, context of the data, and general trends in the quoter's performance. Quoters with no past performance, or sufficiently positive past performance, will be rated as acceptable.
4. Price
The Government will evaluate the Quoter's price for all items/services proposed. The option period will be included as part of the total evaluated price. The Government shall evaluate proposed costs to determine they are fair and reasonable.
Total Evaluated Price:
Period of Performance Total Price
Base Period (FFP): tiny_mce_marker_________ Option Period 1 (FFP): tiny_mce_marker_________ Option Period 2 (FFP): tiny_mce_marker_________ Option Period 3 (FFP): tiny_mce_marker_________ Option Period 4 (FFP): tiny_mce_marker_________
Cumulative Total: tiny_mce_marker_________
Questions
Questions relating to this acquisition shall be submitted to Contracting Officer,
Submission Deadline
Quotes are due no later than
Link/URL: https://www.fbo.gov/spg/HHS/NIH/RCB/75N91019Q00010/listing.html
Six Ways Your Clients Can Save More This Year
CFC expands cyber insurance offering with market-leading business interruption cover
Advisor News
Annuity News
Health/Employee Benefits News
Life Insurance News