The RFP Database
New business relationships start here

Maintenance Agreement to Service SP Industries, Inc. Scientific Freeze Dryers


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

NON-COMPETITIVE
COMBINED SYNOPSIS / SOLICITATION


Title: Maintenance Agreement to Service SP Industries, Inc. Scientific Freeze Dryers


(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 NIHDA201800169 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.


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), Station Support Contracts and Simplified Acquisitions Branch (SS/SA) 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 SP Industries, Inc. for a maintenance agreement to service SP Scientific freeze dryers.


This acquisition is conducted as non-competitive for a commercial item or service and is conducted under the authority of the FAR Subpart 13-Simplified Acquisition Procedures by soliciting from a single source pursuant to FAR Subpart 13.106-1(b).


(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96, dated 11/6/2017.


(iv) The associated NAICS code is: 811219 - Other Electronic And Precision Equipment Repair and Maintenance and the small business size standard is $20,500,000.00. This requirement has no set-aside restrictions.


(v) Background: One of the most important aspects of the mission of the NCATS chemistry team is the optimization chemistry on "clinical candidates" obtained extramurally or through continuation of roadmap projects. In order to successfully accomplish this, the chemistry team must be capable of fast and efficient synthesis and purification of small molecules. Synthetic organic chemistry can be broken down into three main processes: 1) the combination of chemical reagents in a fashion that predictive reactions occur and novel chemical matter is created. These reactions are done in step-wise fashion ultimately producing compounds of biochemical interest and use; 2) purification of the products. This is an essential component, as unwanted byproducts poison reactions and complicate biological appreciation; 3) the characterization of these constructs to assure that a scientist has made what was predicted.


Each of these steps requires its own unique infrastructure, equipment and skills. If any aspect of this progression is defunct, the entirety of the process is compromised. Thus, numerous state of the art instrumentation is necessity for the NCATS chemistry team to accomplish its mission.


Purpose and Objectives: The NCATS Chemistry group requires a maintanence agreement to service its SP Scientific VirTis systems.


(vi) Project requirements:
Full Support with PM1 for:
a. Model: Advantage EL Serial: 317145 Item #100006949
b. Model: Advantage EL Serial: 303023 Item #449675
c. Model: Advantage EL Serial: 305240 Item #449675
Includes:
a. One routine maintenance visit per year, one NIST calibration and all parts necessary for maintenance such as gaskets, vacuum tubing, fluids, etc.
b. On-site repairs including labor, travel, expenses and parts.


(vii) Anticipated period of performance:
Base Year: 4/30/2018 - 4/29/2019
Option Year 1: 4/30/2019 - 4/29/2020
Option Year 2: 4/30/2020 - 4/29/2021
Option Year 3: 4/30/2021 - 4/29/2022
Option Year 4: 4/30/2022 - 4/29/2023


(viii) The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition.


(ix) The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition.


(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:


1. Technical Evaluation Factor: Offeror's technical approach will be evaluated for completeness, feasibility, soundness, and practicality for accomplishing the requirements of the Statement of Work (SOW).


2. Delivery/Period of Performance Evaluation Factor: Contractor's ability to meet or exceed the delivery date/period of performance in the SOW.


3. Cost/Price Evaluation Factor: Offeror(s) cost/price will be evaluated for reasonableness. For a price to be reasonable, it must represent a price to the government that a prudent person would pay when consideration is given to prices in the market. Normally, price reasonableness is established through adequate price competition, but may also be determined through cost and price analysis techniques as described in FAR 15.404.


The Government will evaluate quotations on the basis of a tradeoff process. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price.


(b) 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).


(c) 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.


(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 FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition.


(xii) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition.
(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 proposal must include the labor categories, an estimate of the number of hours required for each labor category, fully loaded fixed hourly rate or each labor category, breakdown and rationale for other direct costs or materials, and the total amount.


In addition 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 responses must be received by 1:00pm, Eastern Standard, Friday, April 27, 2018 and reference number NIHDA201800169. Responses may be submitted electronically to Jessica Adams, Contract Specialist, at jessica.adams@nih.gov.


Fax responses will not be accepted.


(xvi) The name and telephone number of the individual to contact for information regarding the solicitation: Jessica Adams, Contract Specialist, jessica.adams@nih.gov.


 


 


Jessica Adams, Contract Specialist, Phone 3044438761, Email jessica.adams@nih.gov - Jeffrey Schmidt, Contacting Officer, Email jeffrey.schmidt@nih.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP