The RFP Database
New business relationships start here

Annual Maintenance service for GE Healthcare Bio-Sciences instruments


Maryland, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the 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.

(ii) The solicitation number is 75N95019Q00110 and the solicitation is issued as a request for quotation (RFQ).

This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5-Simplified Procedures for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. The Government anticipates award of a firm fixed-price purchase order for this acquisition.

THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME).

The National Institute on Drug Abuse (NIDA), Office of Acquisition (OA), on behalf of the National Center for Advancing Translational Sciences (NCATS), intends to negotiate and award a purchase order without providing for full and open competition (including brand-name) to GE Healthcare Bio-sciences Corp., 100 Results Way, Marlborough, MA 01752-3078 for maintenance services for GE Healthcare Bio-sciences instruments.

This acquisition is conducted as non-competitive for a commercial service and is conducted pursuant to FAR 13.106-1(b)(1). The rationale for this sole-single source justification is: the GE Healthcare instruments requiring maintenance are proprietary to GE, the original equipment manufacturer (OEM). Use of other contractors would void equipment warranties and jeopardize system functionality. This equipment is used for research purposes and non-functional equipment or inappropriately calibrated equipment would void data standardization and irreparably damage NCATS research data.

(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2019-01, with effective date January 22, 2019.

(iv) The associated NAICS code 811219, and the small business size standard is $20.5 million. This requirement has no set-aside restrictions.

(v) This requirement is for the following commercial services:

Annual Fullcare Instrument Service Contracts for the following GE Healthcare Instruments: Three (3) IN Cell 2200 High Content Imagers, One (1) IN Cell 2500, One (1) IN Cell 2000, One (1) Typhoon FLA 9500 Imager, One (1) BC 3000 Label Free Detector Processing Unit, and One (1) AKTA Pure 25 M1 Protein Purification System.

(vi) NCATS needs service contracts to cover several important instruments and ensure they are always in operational status. Because each system is such a key tool in NCATS entire operation, it is necessary they operate correctly with minimal down time. Parts and accessory items must be compatible with this existing equipment.

These instruments are used on a daily basis and require yearly preventative maintenance checkups as well as service coverage in case of instrument failure. These services are for several instruments manufactured by GE Healthcare Bio-Sciences. The IN Cell 2200 systems are automated high content imagers that are used on a daily basis. One of the systems is on the Kalypsys robot and is used on a 24-7 basis. The AKTA system is used routinely by the ADST group and requires an annual PM for optimal performance (and upgrades, alignments, etc). Any failure would require immediate professional assistance by an original equipment manufacturer (OEM) manufacturer certified technician.

SCOPE OF WORK
Independently and not as an agent of the Government, the Contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government as needed to perform the Statement of Work:

The purpose of this acquisition is to obtain annual maintenance service and fullcare coverage on the subject equipment manufactured by GE Healthcare Bio-Sciences from an authorized service provider by OEM-certified technicians. Specifically the subject equipment includes:

• One (1) INCA2000 SYS LG CAM NA ONLY, Serial No. 28967209-B20066;

• Three (3) INCA2200 SYS LG CAM NA ONLY, Serial Nos. 29027886-MK03098, 29027886-MK03131, and 29027886-MK03125;

• One (1) Typhoon FLA 9500, Serial No. 28996943-2672305;

• One (1) BC 3000 Processing Unit, Serial No. 14110045-CH3444;

• One (1) IN Cell Analyzer 2500 HS, Serial No. 29240356-MH02012;

• One (1) AKTA Pure 25 M1, Serial No. 29018227-1945563.

The NCGC operates the subject equipment at 9800 Medical Center Drive, Rockville, MD 20850.

The Contrator shall be an authorized service provider and provide certified factory-trained OEM technicians to perform Preventive Maintenance and annual service full coverage plan on the subject equipment as described herein. The contractor shall provide the following for all the above reference equipment:

1. One (1) Annual on-site Preventive Maintenance visit, to ensure the systems are performing to factory specifications, including all cost for labor, travel and parts, to include a full system diagnostic using GE Exclusive software and critical part exchange.

2. Unlimited breakdown calls, priority response, and access to expert applications and technology support center (M-F 8am-5pm).

3. Service from GE Healthcare Bio-Systems trained and qualified field service engineer to government facilities in 9800 B and 9800 C where the instruments reside from 8 AM to 8 PM.

4. Unlimited Replacement service parts, components, or modules neces sary for repairs, excluding consumable product replacements. Applications support via on site visit, remote webex, or telephone. Local support by service engineer.

5. Maintenance service shall include labor and parts coverage, extended coverage hours, on-site labor response, technical telephone response (call-back to schedule), and planned maintenance, extended planned maintenance coverage hours, software updates, customer engineer training, and preferred labor rate. Contractor will typically have 2 business days to respond to service requests and 2 weeks to complete service requests.

GOVERNMENT RESPONSIBILITIES
The government will provide workspace, desktop computers, and telephones for contractor personnel. The Government will provide contractor with access to the facilities at 9800 Medical Center Drive, Rockville, MD 20850, where the instruments reside from 08:00 a.m. to 08:00 p.m. Restrictions may be limited to federal holidays but may be permitted, depending on severity of the issue.

REPORTING REQUIREMENTS
Documentation that briefly details the work performed during the service visit shall be provided by the contractor to the COR or the NCATS Program Office point-of-contact (POC) for signature along with a copy to be left with the POC. The documentation will summarize: any problems encountered, problem resolutions, unresolved problems, software updates, and any miscellaneous issues observed. A detailed written report of any service and/or preventative maintenance shall be submitted to the Contracting Officer's Representative, or a delegated entity, within twenty-four (24) hours of service
(vii) The period of performance will be twelve (12) months from the contract award date.

(viii) The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. 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 offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at these addresses: https://www.acquisition.gov/browse/index/far https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html

(End of provision)

The following provisions apply to this acquisition and are incorporated by reference:
• FAR 52.204-7, System for Award Management (Oct 2018)
• FAR 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016)
• FAR 52.212-1, Instructions to Offerors-Commercial Items (Oct 2018)
• FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Oct 2018)
• FAR 52.225-4, Buy American-Free Trade Agreements-Israel Trade Act Certificate (May 2014)
• HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015)

The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. 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 these addresses:
https://www.acquisition.gov/browse/index/far https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html

(End of clause)

The following clauses apply to this acquisition and are incorporated by reference:
• FAR 52.204-13, System for Award Management Maintenance (Oct 2018)
• FAR 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016)
• FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2018). Addendum to this FAR clause applies to this acquisition and is attached.
• HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015)

The following provisions and clauses apply to this acquisition and are attached in full text:
• FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Oct 2018)
• NIH Invoice and Payment Provisions (2/2014)
• Service Contract Labor Standards / Wage Rate Determination. Area: Maryland Counties of Frederick, Montgomery; No. 2015-4269; Revision No. 8; Dated 12/26/2018; 10 pages.

(ix) The Government will perform a comparative evaluation of responses in accordance with FAR 13.106-2(b)(3) and award a purchase order from this solicitation to the responsible offeror whose response meets the solicitation's requirements and, as a whole, will be most advantageous to the Government, price and other factors considered. The evaluation will compare: Technical Capability of the services to meet the Government requirement, Price, Terms and Conditions, and Past Performance.

Responses may exceed capability or performance characteristics of the requirements. The Government reserves the right, but is not required, to award to a response that exceeds capability or performance characteristics of the requirements if it benefits the Government.

(x) The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer.

(xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Addendum to this FAR clause applies to this acquisition and is attached.

(xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and is attached in full text.

(xiii) There are no additional contract requirement(s) or terms and conditions applicable to this acquisition.

(xiv) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.

(xv) Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria. The price quote must be for firm fixed-prices.

The Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.

All quotations must be received by 12:00 p.m., Eastern Daylight Time, on Monday, April 22, 2019, and reference Solicitation Number 75N95019Q00110. Responses must be submitted electronically to Mark McNally, Contract Specialist, at mark.mcnally@nih.gov.

Fax responses will not be accepted.

(xvi) The name and telephone number of the individual to contact for information regarding the solicitation:

Mark McNally, Contract Specialist, 301-827-5869, mark.mcnally@nih.gov


 


 


Mark E. McNally, Contract Specialist, Phone (301) 827-5869, Email mcnallyme@mail.nih.gov - Jeffrey Schmidt, Contracting Officer, Phone (301) 402-1488, Email schmidtjr@mail.nih.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP