The RFP Database
New business relationships start here

Maintenance Service Support for Zeiss Confocal and Epifluorescence Microscopes at the NCI CCR Microscopy Core Facilities.


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

The National Institutes of Health (NIH), National Cancer Institute (NCI), Confocal Core Facilities plans to procure preventive maintenance services for twenty-five government owned Carl Zeiss microscopes within the Center for Cancer Research in Bethesda, MD.

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, and shall be processed in accordance with FAR subpart 13.5 - Simplified Procedures for Certain Commercial items. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation: No. 75N91019Q00058 includes all applicable provisions and clauses in effect through FAR FAC 2019-02 (June 2019) simplified procedures for commercial items.

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


The anticipated award shall be a firm fixed price, indefinite delivery/indefinite quantity (IDIQ) type contract. The Government anticipates a single-award IDIQ.

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


The period of performance of the resulting IDIQ award shall consist of a 12-month base period and four (4) 12-month ordering option periods. Multiple task orders are anticipated during the base and four (4) ordering periods, as follows:


Base Period: August 1, 2019 - July 31, 2020. (Instruments 1-22)
Option Period 1: August 1, 2020 - July 31, 2021. (Instruments 1-25)
Option Period 2: August 1, 2021 - July 31, 2022. (Instruments 1-25)
Option Period 3: August 1, 2022 - July 31, 2023. (Instruments 1-25)
Option Period 4: August 1, 2023 - July 31, 2024. (Instruments 1-25)


See attachment Statement of Work (SOW) for additional information.


NOTE: The Government reserves the right to remove and/or add Carl Zeiss instruments on this IDIQ through modification, as needed, to prevent interruption of critical research at the Center for Cancer Research.


I. Description of Contractor Requirements
NCI currently has twenty-five Zeiss systems that require service contract coverage. Technical support and local service is needed for both hardware and software support to ensure maximum user time on the systems and minimal "down-time" for repairs and /or training on the systems. This is a necessity as any instrument downtime has the potential to affect the work of hundreds of NCI researchers.


The National Cancer Institute is seeking a Preventive Maintenance, Emergency Service, Replacement Parts, Software Updates/Service, Enhancements and Upgrades, and Technical Support and Training for the equipment listed below.


1.    SCOPE: The Contractor shall provide all labor, materials and equipment to provide preventive maintenance for Government-owned equipment listed below. All maintenance services shall be performed in accordance with the equipment manufacturer's standard commercial maintenance practices. Interested parties must be able to provide all components of the Carl Zeiss equipment.


For quotation purposes, Instrument numbered 1-22 shall be required for the Base Period of Performance, August 1, 2019 - July 31, 2020. Instruments numbered 1-25 shall be required for each subsequent Option Period. Instruments 1 - 25 are as follows:


1    LSM 710 w/one scope - SN 2501000152
Consisting of:
1 each Protect premium LSM 710 (34 Ch.)
1 each Protect premium Research Microscope mot
1 each Protect premium NLO Coupling

2    LSM 780 w/one scope - SN 2504000385
Consisting of:
1 each Protect premium LSM 780
1 each Protect premium Research Microscope mot
1 each Protect premium 405/440nm CW Laser

3    LSM 780 w/one scope - SN 2504000383
Consisting of:
1 each Protect premium LSM 780
1 each Protect premium Research Microscope mot
1 each Protect premium 405/440nm CW Laser

4    Elyra S.1 with LSM 780 w/one scope - SN 2504000666
Consisting of:
1 each Protect premium ELYRA S.1
1 each Protect premium Research Microscope mot
1 each Protect premium 405/440nm CW Laser

5    LSM 880 w/one scope - SN 2802000291
Consisting of:
1 each Protect premium LSM 880 (34 Ch.)
1 each Protect premium Research Microscope mot
1 each Protect premium LSM BiG Detector
1 each Protect premium Airyscan
1 each Protect premium 405/440nm CW Laser
1 each Protect premium NLO Coupling

6    LSM 780 w/one scope - SN 2504000601
Consisting of:
1 each Protect premium LSM 780
1 each Protect premium Research Microscope mot

7    Elyra PS.1 w/one scope - SN 2560000238
Consisting of:
1 each Protect premium ELYRA PS.1
1 each Protect premium Research Microscope mot

8    Axio Observer Z1 Inverted Scope - SN 3834003359
Consisting of:
1 each Protect premium Research Microscope mot
1 each Protect premium Scanning Stage
1 each Protect premium Definite Focus

9    LSM 880 w/one scope - SN 2802000280
Consisting of:
1 each Protect premium LSM 880 (34 Ch.)
1 each Protect premium Research Microscope mot
1 each Protect premium LSM BiG Detector

10    LSM 780 w/one scope - SN 2504000540
Consisting of:
1 each Protect premium LSM 780
1 each Protect premium Research Microscope mot
1 each Protect premium 405/440nm CW Laser

11    LSM 710 W/ spectral detection & NLO ready - SN 2501000105
Consisting of:
1 each Protect premium LSM 710 (34 Ch.)
1 each Protect premium Research Microscope mot
1 each Protect premium 405/440nm CW Laser

12    AxioScan Z.1 System - SN 4631000263
Consisting of:
1 each Protect premium Axio Scan
1 each Protect premium HE-BF for Axio Scan

13    LSM 700 Scanning Newton w one scope - SN 2601000226
Consisting of:
1 each Protect premium LSM 700
1 each Protect premium Research Microscope mot
1 each Protect premium 405/440nm CW Laser

14    Axio Observer Z1 Inverted Scope - SN 3834000305
Consisting of:
1 each Protect premium Research Microscope mot

15    Axio Observer Z1 Inverted Scope - SN 3834002193
Consisting of:
1 each Protect premium Research Microscope mot

16    LSM 780 w/one scope - SN 2504000667
Consisting of:
1 each Protect premium LSM 780
1 each Protect premium Research Microscope mot
1 each Protect premium 405/440nm CW Laser

17    Axio Observer Z1 Definite Focus - SN 3834004401
Consisting of:
1 each Protect premium Research Microscope mot
1 each Protect premium Definite Focus

18    Imager Z2 with MetaSystem - SN 3534000529
Consisting of:
1 each Protect premium Research Microscope mot

19    LSM 710 one photon w/ one scope - SN 2502000471
Consisting of:
1 each Protect premium LSM 710 (2/3 Ch.)
1 each Protect premium Research Microscope mot
1 each Protect premium 405/440nm CW Laser

20    Axio Observer Z1 Inverted Scope - SN 3834004197
Consisting of:
1 each Protect premium Research Microscope mot
1 each Protect premium Definite Focus

21    Axio Observer Z1 Inverted Scope - SN 3851000227
Consisting of:
1 each Protect premium Research Microscope mot

22    Axio Examiner D1 Fixed Stage Scope - SN 3343000561
Consisting of:
1 each Protect premium Research Microscope mot
1 each Protect premium Axiocam 503/506/512/702

23    LSM 880 - SN 2850100102
Consisting of:
1 each Protect premium Research Microscope mot
1 each Protect premium Axiocam 503/506/512/702

24    Lightsheet Z1 - SN 2583000305
Consisting of:
1 each Protect premium LSM 880 (34 Ch.)
1 each Protect premium Airyscan
1 each Protect premium Research Microscope mot
1 each Protect premium 405/440nm CW Laser

25    Axio Imager M2 - SN 3525002696
Consisting of:
1 each Protect premium Lightsheet multi-dir
1 each Protect premium Detection PCO Edge
1 each Protect premium 405/440nm CW Laser



2.     PREVENTIVE MAINTENANCE: The Contractor shall perform one (1) preventative maintenance inspection (PMI) during the contract period. Service shall be performed by technically qualified factory trained personnel. Service shall consist of a thorough cleaning, calibration, adjustment, 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. All maintenance services shall be performed in accordance with the manufacturer's standard commercial maintenance practices. Preventative Maintenance inspections shall occur Monday through Friday during standard business hours (9AM-5PM) not including Contractor holidays


3.    EMERGENCY SERVICE: Emergency repair services shall be provided on an unlimited basis during the term of this contract at no additional cost to the Government. Emergency service shall be provided, during normal working hours, Monday through Friday excluding Federal holidays. Upon receipt of notice that any part of the equipment is not functioning properly, the Contractor shall furnish, within seventy-two (72) hours, a certified factory-trained service engineer to inspect the equipment and perform all repairs and adjustments necessary, using unlimited new or remanufactured with original equipment specifications parts to restore the equipment to normal and efficient operating condition. Contractor will provide unlimited use of loaner equipment for any instrument that has to travel off site for repair. Emergency service calls shall not replace the necessity for PMI.


4.    REPLACEMENT PARTS: The Contractor shall furnish all required replacement parts at no additional cost to the Government, with the exception of consumable items such as batteries and light bulbs. Parts shall be new or remanufactured with original equipment specifications. Basic LSM microscope, ConfoCor microscope, Elyra Microscope, AxioScan system, System Tables, Scan Modules, Spectral Detectors, NDDs, GaAsP Detectors, Laser Modules, Electronics Controllers, Airyscan Modules, LSM BiG Detectors, Definite Focus Modules, System Computers purchased within 5 years, AIM/ZEN Software, Stage, Incubator, AxioCam, Lasers, and EM-CCD are covered for parts and labor.


5.    SOFTWARE UPDATES/SERVICE: The Contractor shall provide Software Service in accordance with the manufacturer's latest established service procedures, to include unlimited telephone access to technical support for use of program software and troubleshooting of the operating systems, at no additional cost to the Government. This will include reinstallation of ZEN software if necessary. The Contractor shall receive advance approval for the installation of all software updates/upgrades and revisions from the Government. Defective software shall be replaced at no additional cost to the Government.


6.    ENHANCEMENTS AND UPGRADES: The Contractor shall provide elective enhancements and upgrades to the equipment that will include a complete performance check of the entire system to ensure optimal equipment function.


7.    TECHNICAL SUPPORT AND TRAINING: The Contractor shall provide unlimited phone support for troubleshooting by certified technical support engineers and application specialists. The Contractor shall provide unlimited remote and onsite training of users by certified technical support engineers and application specialists. This service shall include design and preparation of macros by qualified application specialists for new experiments or to perform specific analyses or streamline data collection. This service can only be provided by Zeiss qualified application specialists. Telephone support and onsite training shall occur Monday through Friday during standard business hours (9AM-5PM) not including Contractor holidays.


8.    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.


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


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

NIH, NCI, CCR at 37 Convent Drive Bethesda, MD 20892.


QUOTATIONS ARE DUE: July 19, 2019 at 12:00 PM EST.


PROVISIONS AND CLAUSES: The following Federal Acquisition Regulation and Health & Human Services Acquisition Regulation Provisions/Clauses apply to this acquisition:


FAR 52.216-18 ORDERING (OCT 1995)


(a) Any supplies to be furnished under this contract shall be ordered by issuance of task orders by the individuals or activities designated in the Schedule. Such orders may be issued five (5) years from the date of award.


(b) All task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order and this contract, the contract shall control.


(c) If mailed, a delivery order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule.


FAR 52.216-22 INDEFINITE QUANTITY (OCT 1995)


(a) This is an indefinite-quantity contract for the supplies specified, and effective for the period stated, in the Schedule. The quantities of supplies specified in the Schedule are estimates only and are not purchased by this contract.


(b) Delivery shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum."


(c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations.


(d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after five (5) years from the date of award.


FAR 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999)


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 52.252-1    SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)


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): http://www.acquisition.gov/far/ and/or http://www.hhs.gov/policies/hhsar/.


52.212-1 Instruction to Offerors Commercial Items (October 2018)


52.212-2, Evaluation Commercial Items (October (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. Past Performance (evaluated separately but no scored)
4. Price (Price will be evaluated separately but not scored)


Technical, personnel requirements and organizational Experience when combined are significantly more important than price.


b)     Options. It is anticipated that any contract(s) awarded from this solicitation will contain option provision(s) and period(s) in accordance with FAR Clauses 52.217-6, 52.217-7, 52.217-8, and 52.217-9. In accordance with FAR Clause 52.217-5, Evaluation of Options, (July 1990), the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement, except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests. Evaluation of options will 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 (October 2018)


52.212-4 Contract Terms and Conditions Commercial Items (October 2108), applies to this acquisition.


52.212-5 Contract terms and Conditions Required to Implement Statutes or Executive Orders---Commercial Items (December 2014). 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 (Sep 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S .C. 2402)


52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C. 3509)


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 2015) (31 U.S.C. 6101 note).


52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (JUL 2013) (41 U.S.C. 2313).


52.216-19 ORDER LIMITATIONS (OCT 1995)


During the contract period, the Government shall place orders totaling a minimum of $335,000. This reflects the contract minimum for the entire period of performance, including any options. The contract maximum for the entire period of performance, including any options, shall be for the placement of orders totaling a maximum of $3,000,000.


52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JUL 2013) (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 (OCT 2018) (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 (JUNE 2003) (E.O. 11755).


52.222-19 Child Labor Cooperation with Authorities and Remedies (JAN 2018) (E.O. 13126).


52.222-21 Prohibition of Segregated Facilities (APR 2015)


52.222-26 Equal Opportunity (SEPT 2015) (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).


52.225-1 Buy American Act - Supplies (MAY 2014) (41 U.S.C. chapter 83).


52.225-3 Buy American Act--Free Trade Agreements--Israeli Trade Act (MAY 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, Pub. L. 108-77, 108-78, 108-286, 108-302 109-53, 109-169, 109-283, 110-138, Pub. L.112-41, 112-42 and
112-43).


52.225-5 Trade Agreements (AUG 2018) (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
(OCT 2018) (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).


HHSAR 352.203-70 ANITI - LOBBYING (DEC 2015)


HHSAR 352.208-70 PRINTING AND DUPLICATION (DEC 2015)


HHSAR 352.222-70 CONTRACTOR COOPERATION IN EQUAL EMPLOYMENT
OPPORTUNITY INVESTIGATIONS. (DEC 2015)


HHSAR 352.227-70 PUBLICATIONS AND PUBLICITY (DEC 2015)


HHSAR 352.237-74 NON-DISCRIMINATION IN SERVICE DELIVERY (DEC 2015)


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 Miguel Diaz, Contracting Officer at miguel.diaz@nih.gov .




BASIS FOR AWARD:


Selection of an offeror for award will be based on an evaluation of proposals 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 price, when combined, are significantly more important than price. However, price may become a critical factor in source selection in the event that two or more offerors are determined to be essentially equal following the evaluation of all factors other than price. The process described in FAR 15.101-1 may be employed, which permits the Government to make tradeoffs among price and non-cost factors to consider award to other than the lowest price offer or other than the highest technically rated factor. The Government intends to make an award to the offeror whose proposals provide the best overall value to the Government.


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 proposal will be evaluated carefully. Each proposal must document the feasibility of successful implementation of the requirements of the Combined Synopsis/Solicitation. Offerors must submit information sufficient to evaluate their proposals based on the detailed factors listed below.


The Evaluation Process:


The Government will award a contract resulting from this quotation to the responsible contractor whose quote conforming to the quotation will be the 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)
2.    Personnel Requirements and Organizational Experience (40)
3.    Past Performance (evaluated but not scored)
4.    Price (evaluated but not scored)


TECHNICAL EVALUATION CRITERIA:


1.    Technical Approach: (60 points):


•    The Offeror 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 offeror's ability to perform the work. The proposed technical plan shall demonstrate the following:


o    Must demonstrate evidence that previous work performed from at least two (2) past clients with Carl Zeiss Confocal and Epifluorescence Microscopes meets the standards of the twenty-five (25) government-owned Carl Zeiss Confocal and Epifluorescence Microscopes or similar.
o    Must demonstrate written authorization from Carl Zeiss to service Carl Zeiss Confocal and Epifluorescence Microscopes.
o    Must demonstrate technical support by both telephone and onsite from Carl Zeiss trained and certified technical support engineers and application specialists for the design and implementation of sophisticated image acquisition macros and image processing and analysis pipelines, as well as onsite training.
o    Must demonstrate ability to, when notified of an emergency, to provide a certified 3-year factory trained service engineer onsite within 72 hours for unlimited repairs.
o    Demonstrate the ability to provide unlimited phone support for troubleshooting and onsite training of users by certified technical support engineers and application specialists. This service shall include design and preparation of software macros by qualified application specialists for new experiments or to perform specific analyses or streamline data collection.
o    Must confirm that all repairs shall be conducted by 3-year factory trained and certified Zeiss engineers are utilized for all repairs, and that only new or remanufactured OEM parts shall be used in repairs.
o    Must demonstrate the ability to provide unlimited use of loaner equipment for any instrument that must travel off site for repair.
o    Must demonstrate evidence of factory trained Customer Support Engineers on staff.


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


•    The Offeror 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 Statement of Work, 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. Contractor shall also include the following in the quote/proposal:


o    Demonstrate knowledge and expertise on servicing and troubleshooting the same or similar instruments as listed on the Statement of Work (SOW).
o    Demonstrate certification and experience for all service engineers proposed to service the required Carl Zeiss Confocal and Epifluorescence Microscopes


3.    Past Performance (evaluated but not scored)


Offerors shall submit the following information as part of their response:


•    A list of the three (3) contracts providing similar products or services working onsite at the client's facility containing Carl Zeiss Confocal and Epifluorescence Microscopes or similar completed during the past ten years and all contracts currently in process that are similar in nature to the solicitation. Contracts listed may include those entered into by the Federal Government, agencies of state and local governments and commercial concerns. 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 Zeiss Confocal and Epifluorescence Microscopes, as experience with other instruments may be irrelevant.


Include the following information for each contract or subcontract:


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.    Standard Industrial Code


o    The quoter must provide specific information on problems with Zeiss Confocal and Epifluorescence Microscopes encountered on the identified contracts and the quoter's corrective actions.


Each quoter may be evaluated on their performance under existing and prior contracts for similar products or services. The Government is not required to contact all references provided by the quoter. Also, references other than those identified by the quoter may be contacted by the Government to obtain additional information that will be used in the evaluation of the quoter's organizational experience.


The Government may evaluate the quoter's past performance on organizational experience based on information obtained from references provided by the offeror, other relevant past performance on organizational experience information obtained from other sources known to the Government, and any information supplied by the offeror concerning problems encountered on the identified contracts and corrective action taken.


The Government will assess the relative risks associated with each offeror. Performance risks are those associated with an offeror's likelihood of success in performing the acquisition requirements as indicated by that offeror's record of past performance.


4.    Price (evaluated for reasonableness but no scored)


Submission instructions


Quoters shall submit Quotation Package responses in two (2) separate files; one (1) SF1449 and one (1) Technical Proposal in response to the Statement of Work and the Technical Evaluation Criteria as specified in FAR 52.212-1 Instructions to Offerors - Commercial Items. Quotation Packages shall be emailed directly to Miguel Diaz, Contracting Officer, at miguel.diaz@nih.gov.


Quotation Packages must be received in the NCI-OA contracting office by 12:00 PM EST on July 19, 2109. Please refer to solicitation number 75N91019Q00058 on all correspondence. Faxed quotations will NOT be accepted. Quotations shall be submitted via email to Miguel Diaz, Contracting Officer, at miguel.diaz@nih.gov. No collect calls will be accepted. In order to receive an award, contractors must be registered and have valid certification in the System for Award Management through SAM.gov.


CONTRACT AND PRICING DOCUMENTS
•    Signed SF1449 (page 1, blocks 12, 17a, 24, 30a, 30b and 30c and other pricing information, if applicable).
•    Acknowledgement of amendments (if applicable).
•    A completed copy of provisions at FAR 52.212-3 Offerors Representation and Certifications of Commercial Items must be included which can be found online at System for Award Management (SAM) https://www.sam.gov or be registered on SAM with the complete Representations and Certifications. By submission of an offer, the Quoter acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award and during the performance of the required supply or services resulting from this solicitation. Note: Lack of registration in SAM will make a Quoter ineligible for award.


All questions shall be in writing and may be addressed to the aforementioned individual noted above by 12:00 PM EST on July 16, 2019. No collect calls will be accepted. In order to receive an award, contractors must be registered and have valid certification in the System for Award ad Management www.sam.gov.


DISCLAIMER
This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted.


CONFIDENTIALITY
No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation.




Miguel Diaz, Contracting Officer, Phone 2402765439, Email miguel.diaz@nih.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP