Pipette Calibration Maintenance Service
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: Pipette Calibration Maintenance Service
Classification Code: J - Maintenance, repair & rebuilding of equipment
Solicitation Number: NIH-OPC-CC-19-007000
Contact:
Setaside: Total Small BusinessTotal Small Business
Place of Performance (address): 9000 Rockville PikeBethesda, MD
Place of Performance (zipcode): 20892
Place of Performance Country: US
Description:
Clinical Center/
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," in conjunction with Part 13, as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED AND A SEPARATE WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. This solicitation is a Request for Quotation (RFQ).
Delivery Address:
The
Minimum Requirements:
1. Service twice per year on 8 and 12 multi-channel pipettes to include a certificate of calibration that shows: As Found recorded data, Preventive Maintenance, and As Left data.
2. ISO 17025 is required for some pipettes, ISO 8655 is fine for others, vendor may provide options for both. 3 volumes x 10 readings is required for ISO 17025.
Evaluation Factors:
Award shall be made to the offeror whose quotation is deemed technically acceptable and offers the lowest price. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Acceptability 2) Past Performance 3) Price.
1. Technical Acceptability: Evaluation of technical acceptability shall be based on the information provided in the quotation.
2. Past Performance
Offerors must submit the following information as part of their proposal:
A list of at least 1 contract completed during the past three years and all contracts currently in process which are similar in nature to the solicitation work scope. Contracts listed may include those entered into by the Federal Government and commercial concerns.
Each offeror will be evaluated on its performance under existing and prior contracts for similar products or services. Offerors are cautioned that in conducting present and past performance evaluations, the Government may use data provided in the offeror's proposal, any other source available to the Government and data obtained from other sources to include, but not limited, to data independently obtained from other Government and commercial sources.
The Government will evaluate Quality of Performance (how well the contractor has performed on contracts).
The following ratings shall be used for the Performance Confidence Assessment.
Performance Confidence Assessments
Rating Description:
Substantial Confidence - Based on the offeror's recent/relevant performance record, the Government has a high expectation that the offeror will successfully perform the required effort.
Satisfactory Confidence - Based on the offeror's recent/relevant performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort.
Limited Confidence - Based on the offeror's recent/relevant performance record, the Government has a low expectation that the offeror will successfully perform the required effort.
No Confidence - Based on the offeror's recent/relevant performance record, the Government has no expectation that the offeror will be able to successfully perform the required effort.
Unknown Confidence (Neutral) - No recent/relevant performance record is available or the offeror's performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned. 3. Price: The Government shall evaluate price reasonableness for all offerors including options.
THIS IS A SMALL BUSINESS SET-ASIDE under The North American Industry Classification System (NAICS) code 811219 standard size of
The selected Offeror shall comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors -Commercial Items; FAR 52.212-2, Evaluation-Commercial Items (not applicable) see evaluation factors above.
FAR 52.212-3, Offeror Representations and Certifications-Commercial Items is provided in full text - the selected offeror shall submit a completed copy of the listed representations and certifications or confirm that the annual representations and certifications was completed electronically via the SAM website accessed through http://www.acquisition.gov;
FAR 52.212-4, Contract Terms and Conditions - Commercial Items (
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 5 days of the new contract term. (End of Clause)
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 _5 days 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 _66_ months.
(End of clause)
52.212-3 Offeror Representations and Certifications-Commercial Items. (
The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u)) of this provision. (a) Definitions. As used in this provision- "Economically disadvantaged women-owned small business (EDWOSB) concern" means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of
(End of provision)
52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items.
As prescribed in 12.301(b)(4), insert the following clause: Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (
(End of clause)
Attachments: 1) Statement of Work (1 page) 2). Invoice and Payment Provisions (3 pages)
All questions regarding this solicitation should be submitted by
Link/URL: https://www.fbo.gov/spg/HHS/NIH/CCOPC/NIH-OPC-CC-19-007000/listing.html
Volunteers needed
Another Day Of Tornadoes In Midwest, But St. Louis Spared
Advisor News
Annuity News
Health/Employee Benefits News
Life Insurance News