The RFP Database
New business relationships start here

Maintenance Service Agreement for a LSRII Flow Cytometry Cell Analyzer Special Order System


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

Contracting Office Address:
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E132, Bethesda, MD 20892, UNITED STATES

Description:
National Cancer Institute (NCI), Center for Cancer Research (CCR), Vaccine Branch FACS Core facility, has a requirement for the maintenance of one (1) Government-owned LSRII Flow Cytometry Cell Analyzer Special Order System laboratory equipment (including LASERs) that is manufactured by BD Biosciences, 2350 Qume Drive, San Jose, CA, 95131.


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. N02RC82563-73 includes all applicable provisions and clauses in effect through FAR FAC 2005-97 (JAN 2018) simplified procedures for commercial items.


The North American Industry Classification System code is 811219 and the business size standard is $20,500,000.


Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price type contract with a base plus one option period.


It has been determined there are no opportunities to acquire green products or services for this procurement.


The period of performance shall consist of a base period of twelve (12) months, plus one 12-month option period, as follows:


BASE PERIOD: June 6, 2018 - June 5, 2019
OPTION PERIOD: June 6, 2019 - June 5, 2020


Description of Contractor Requirements
The Vaccine Branch FACS Core Facility provides expertise and support for biological research projects within the CCR by: 1) Maintaining and operating state-of-the-art flow cytometry instrumentation and support technology; 2) Providing training and application support for ongoing and future research studies within the CCR; 3) Coordinating the use of this core facility for maximum efficiency; 4) Developing new techniques and applications in flow cytometry; and 5) Providing expertise and assistance to investigators in experimental design using flow cytometry technology.
Applications supported by the facility include: - multi-color phenotypic analysis - cell cycle analysis - apoptosis analysis - proliferation analysis with BrdU and CFSE - intracellular cytokine analysis - rare event analysis - calcium flux analysis. The facility supports a variety of CCR projects, including immune monitoring for HIV, SIV, HTLV-1 and HTLV-2 vaccine studies on non-human primates, and monitoring the results of gene expression on cell proliferation and apoptosis.

The Contractor shall provide the following:

SCOPE: The Contractor shall provide all labor, material and equipment required to maintain and provide preventive maintenance for one (1) government-owned Becton Dickinson LSRII flow cytometer Serial Number H47100217, HTS s/n U30100404, Sapphire laser, Coherent Cube Red laser, Coherent Cube Violet laser, and Coherent Compass Green laser. All maintenance service shall be performed on-site in accordance with the manufacturer's standard commercial maintenance practices. Service shall be provided during normal working hours (8am to 5pm), Monday through Friday excluding Federal Holidays. The contract shall cover service calls, travel time, labor, and any necessary approved parts.

PREVENTIVE MAINTENANCE: Contractor shall perform two (2) preventive maintenance inspections (PMI) during the contract period. Technically qualified factory-trained Engineer shall perform Service. Service shall consist of a thorough cleaning, calibration, adjusting, inspection, lubrication and testing of all equipment in accordance with the manufacturer's latest established service procedures. 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. Preventative maintenance shall be provided without requiring additional purchase orders from the Government.

Unlimited emergency repair service visit shall be provided during the term of this contract at no additional cost to the government. Emergency service shall be provided during normal working hours (8am-5pm), Monday through Friday excluding Federal Holidays. Upon receipt of notice that any part of the equipment is not functioning properly the Contractor shall within twenty-four (24) hours furnish a qualified factory-trained service Engineer to inspect the equipment and perform all repairs and adjustments necessary to restore the equipment to normal and efficient operating condition. Emergency service calls shall not replace the necessity for scheduled PMIs.


The Contractor shall provide unlimited technical support hot-line number for telephone trouble-shooting for the instrument, reagents and applications during normal working hours, except Federal holidays.
TECHNICAL SUPPORT: The Contractor shall provide unlimited technical support through email and a toll-free phone number for telephonic trouble-shooting for the instrument, applications and bioinformatics during normal working hours(8am-5pm), Monday through Friday except Federal holidays using certified factory-trained representative.


REPLACEMENT PARTS: The Contractor shall furnish all required replacement parts at no additional cost to the Government, with the exception of consumables. Parts shall be new or re-manufactured to original equipment specifications.


SOFTWARE UPDATES/SERVICE: Critical and non-critical updates shall be provided. In the event of software updates, the Contractor shall provide Software Service and updates in accordance with the manufacturer's latest established service procedures, to include telephone access to technical support for use of program software and trouble- shooting of the operating systems, at no additional cost to the Government. The Contractor shall receive advance approval for the installation of all software updates and revisions from the Government. Defective software shall be replaced at no additional cost to the government.


PERSONNEL QUALIFICATIONS: Personnel shall have a minimum of three (3) years factory training and experience in the servicing of the Becton Dickinson LSRII, HTS, HeNe laser and Mode Lock UV laser system 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.


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.

PERSONNEL QUALIFICATIONS: Personnel shall have a minimum of three (3) years factory training and experience in the servicing of the Becton Dickinson LSRII, HTS, Sapphire, Cube and Compass laser systems 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.


PAYMENT: Payment shall be made quarterly in arrears. Payment authorization requires submission and approval of invoice per the attached Invoice & Payment Provisions.


PLACE OF PERFORMANCE: Service shall be performed at the following location:

NIH, NCI, CCR
Vaccine Branch FACS Core facility
41 Medlars Dr
Bethesda, MD 20892


PAYMENT: Payment shall be made quarterly in arrears after completion of the inspection and at the end of the contract period and submission of invoice to the address shown in the contract.


QUESTIONS ARE DUE: May 23, 2018 at 5:00 pm EST.


PROVISIONS AND CLAUSES: The following FAR provisions and clauses apply to this acquisition:
52.212-1 Instruction to Offerors Commercial Items (JAN 2017)
52.212-2, Evaluation Commercial Items (OCT 2014):
The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the proposal. The Government reserves the right to make an award without discussions.
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 Approach
2. Personnel Requirements and Organizational Experience
3. Price (Price will be evaluated separately but not scored)
Technical, personnel requirements and organizational Experience 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.
52.212-3 Offerors Representations and Certifications Commercial Items (NOV 2017) WITH DUNS NUMBER ADDENDUM (52.204-6 (OCT 2016):
52.212-4 Contract Terms and Conditions Commercial Items (JAN 2017), applies to this acquisition.
52.212-5 Contract terms and Conditions Required to Implement Statutes or Executive Orders---Commercial Items (JAN 2018). The following additional FAR clauses cited in this clause are applicable:
(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
52.203-6, Restrictions on Subcontractor Sales to the Government (SEPT 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S .C. 2402)
52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards
(OCT 2016) (Pub.L. 109-282) (31 U.S.C. 6101 note).
52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2016) (31 U.S.C. 6101 note).
52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2016) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a).
52.219-8 Utilization of Small Business Concerns (NOV 2016) (15 U.S.C. 637 (d) (2) and (3).
52.219-28 Post Award Small Business Program Representation (JUL 2013) (15 U.S.C. 632(a) (2)).
52.222-3 Convict Labor (JUN 2003) (E.O. 11755).
52.222-19 Child Labor Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126).
52.222-21 Prohibition of Segregated Facilities (APR 2015)
52.222-26 Equal Opportunity (SEP 2016) (E.O. 11246).
52.222-35 Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212).
52.222-36 Affirmative Action for Workers with Disabilities (JUL 2014) (29 U.S.C. 793).
52.222-37 Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212).
52.222-40 Notification of Employee Rights Under the National Labor Relations Act
(DEC 2010) (E.O. 13496)
52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving
(AUG 2011)(E.O. 13513).
52.225-5 Trade Agreements (NOV 2013) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).
52.225-13 Restrictions on Certain Foreign Purchase (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
52.232-33 Payment by Electronic Funds Transfer System for awards Management
(JUL 2013) (31 U.S.C. 3332).
52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631).


Full text copies of the representations and certifications for other cited provisions and clauses may be obtained on line at the NCI website at http://ncioa.cancer.gov/oa-internet/reference.jsp or from Ronette Collins, Contracting Specialist at ronette.collins@nih.gov

OFFERORS: Offers must be submitted on an SF-1449 with a completed 52.212-3 Offeror Representations and Certifications-Commercial Items-with DUNS Number Addendum, signed by an authorized representative of the offeror OR provide a copy of the valid certification registrations of the offeror's Central Contractor Registration (CCR) and Online Representations and Certifications Applications (ORCA) through www.sam.gov.

Quotations must be received in the NCI-OA contracting office by 5:00 pm EST on
May 29, 2018. Please refer to solicitation number N02RC82563-73 on all correspondence. No collect calls will be accepted. Faxed quotations will NOT be accepted. Electronic quotations will be accepted.

All questions shall be in writing and may be addressed to the aforementioned individual noted above. In order to receive an award, contractors must be registered and have valid certification in the Central Contractor Registration (CCR) and the Online Representations and Certifications Applications (ORCA) through www.sam.gov.


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 (60 points)
2. Personnel Requirements and Organizational Experience (40 points)
3. Past Performance (Acceptable/Unacceptable)
4. Price (Price will be evaluated separately but not scored)

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: (60 points):


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 Becton Dickinson instrumentation, that meets the standards required in the SOW.
• Shall demonstrate the ability to provide service by a certified factory-trained Field Service Engineer within 24 hours of the Government's service request.
• Shall demonstrate the ability to provide unlimited telephone support, for troubleshooting and onsite training by certified factory-trained technical support engineer and application specialists as stated in the SOW.
• Shall demonstrate the ability to re-install software and/or provide updates as needed, at no additional cost to the Government.
• Shall demonstrate the ability to perform all repairs and adjustments necessary, using OEM parts to restore the equipment to normal and efficient operating condition.


2. Personnel Requirements and Organizational Experience: (40 Points):


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 Becton Dickinson instrumentation that meets the standards required in the SOW.
• Demonstrate that certified factory-trained personnel have a minimum of three (3) years factory training and experience in the servicing of Becton Dickinson instrumentation that meets the standards required in the SOW.
• Demonstrate that 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.


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 Becton Dickinson instrumentation as listed in the SOW, as experience with other instrumentation may be irrelevant.


Quoters shall include the following information for each contract or sub contract:


1. Name of Contracting Organization
2. Contract Number (for subcontracts, provide the prime contract number and the subcontract number)
3. Contract Type
4. Total Contract Value
5. Description of Requirement
6. Contracting Officer's Name and Telephone Number
7. Program Manager's and Telephone Number
8. North American Industry Classification System (NAICS) Code


• 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.


Ronette P. Collins, Contract Specialist, Phone 2402765745, Email ronette.collins@nih.gov - Reyes Rodriguez, Contracting Officer, Phone 240-276-5442, Email reyes.rodriguez@nih.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP