Federal Bid

Last Updated on 06 Mar 2013 at 9 AM
Combined Synopsis/Solicitation
Location Unknown

AB Sciex Model 4000 QTrap LCMS Maintenance

Solicitation ID 13-223-SOL-00031
Posted Date 06 Feb 2013 at 6 PM
Archive Date 06 Mar 2013 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Office Of Acquisitions And Grants Services - Jefferson
Agency Department Of Health And Human Services
Location United states
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.
The solicitation number is 13-223-SOL-00031 and is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-65 dated January 29, 2013.
The appropriate NAICS code for this acquisition is 811219 - Other Electronic and Precision Equipment and Repair and Maintenance, with a small business size standard of $19.0 million. This acquisition is not set aside for small businesses.
The U.S. Food and Drug Administration (FDA) requires maintenance for six (6) AB Sciex Model 4000 QTRAP LC/MS Systems for a base year plus two one-year option periods. These systems were purchased in 2008 and came off of a three year extended warranty with the Original Equipment Manufacturer (OEM) on 12/31/2012. The equipment serial numbers and maintenance locations are as follows:
. S/N AR22640808 - Arkansas Regional Laboratory (ARL), 3900 NCTR Road, Building 26, Jefferson AR
. S/N AR22440807 - Northeast Regional Laboratory (NRL), 158-15 Liberty Avenue, Jamaica, NY
. S/N AR22510808 - Pacific Regional Laboratory Northwest (PRL-NW), 22201 23rd Drive SE, Bothell, WA
. S/N AR22740809 - Pacific Regional Laboratory Southwest (PRL-SW), 19701 Fairchild, Irvine, CA
. S/N AR22580808 - Southeast Regional Laboratory (SRL), 60 8th Street NE, Atlanta, GA
. S/N AR224400807 - Kansas City District Laboratory (KAN), 11630 West 80th Street, Lenexa, KS
Maintenance minimum requirements:
. Minimum of two planned preventive maintenance visits per year per instrument
. Guaranteed 2-business day priority response time for on-site corrective repairs
. Firmware and software upgrades
. Priority telephone and e-mail access to application technical support
. All items utilized for repair and/or maintenance shall be new or true factory remanufactured OEM parts
. Service engineers shall be factory trained and have access to OEM's latest technical developments, repair procedures, application updates and planned maintenance procedures.
. Contractor shall provide all parts, labor and travel for all service.

PRICING SCHEDULE
Unit
Price

1a. Annual Maintenance for ABSciex 1 yr ________
Model 4000 QTrap LC/MS Systems
Base Period March 1, 2013 through
February 28, 2014, S/N AR22640808,
Jefferson, AR

1b. Annual Maintenance for ABSciex 1 yr ________
Model 4000 QTrap LC/MS Systems
Base Period March 1, 2013 through
February 28, 2014, S/N AR22440807,
Jamaica, NY

1c. Annual Maintenance for ABSciex 1 yr ________
Model 4000 QTrap LC/MS Systems
Base Period March 1, 2013 through
February 28, 2014, S/N AR22510808,
Bothell, WA

1d. Annual Maintenance for ABSciex 1 yr ________
Model 4000 QTrap LC/MS Systems
Base Period March 1, 2013 through
February 28, 2014, S/N AR22740809,
Irvine, CA

1e. Annual Maintenance for ABSciex 1 yr ________
Model 4000 QTrap LC/MS Systems
Base Period March 1, 2013 through
February 28, 2014, S/N AR22580808,
Atlanta, GA

1f. Annual Maintenance for ABSciex 1 yr ________
Model 4000 QTrap LC/MS Systems
Base Period March 1, 2013 through
February 28, 2014, S/N AR224400807,
Lenexa, KS

2a. Annual Maintenance for ABSciex 1 yr ________
Model 4000 QTrap LC/MS Systems
Option Period One March 1, 2014
Through February 28, 2015,
S/N AR22640808, Jefferson, AR

2b. Annual Maintenance for ABSciex 1 yr ________
Model 4000 QTrap LC/MS Systems
Option Period One March 1, 2014
Through February 28, 2015
S/N AR22440807, Jamaica, NY

2c. Annual Maintenance for ABSciex 1 yr ________
Model 4000 QTrap LC/MS Systems
Option Period One March 1, 2014
Through February 28, 2015
S/N AR225510808, Bothell, WA

2d. Annual Maintenance for ABSciex 1 yr ________
Model 4000 QTrap LC/MS Systems
Option Period One March 1, 2014
Through February 28, 2015
S/N AR22740809, Irvine, CA

2e. Annual Maintenance for ABSciex 1 yr ________
Model 4000 QTrap LC/MS Systems
Option Period One March 1, 2014
Through February 28, 2015
S/N AR22580808, Atlanta, GA

2f. Annual Maintenance for ABSciex 1 yr ________
Model 4000 QTrap LC/MS Systems
Option Period One March 1, 2014
Through February 28, 2015
S/N AR 224400807, Lenexa, KS

3a. Annual Maintenance for ABSciex 1 yr ________
Model 4000 QTrap LC/MS Systems
Option Period Two March 1, 2015
Through February 29, 2016
S/N AR22640808, Jefferson, AR

3b. Annual Maintenance for ABSciex 1 yr ________
Model 4000 QTrap LC/MS Systems
Option Period Two March 1, 2015
Through February 29, 2016
S/N AR22440807, Jamaica, NY

3c. Annual Maintenance for ABSciex 1 yr ________
Model 4000 QTrap LC/MS Systems
Option Period Two March 1, 2015
Through February 29, 2016
S/N AR22510808, Bothell, WA

3d. Annual Maintenance for ABSciex 1 yr ________
Model 4000 QTrap LC/MS Systems
Option Period Two March 1, 2015
Through February 29, 2016
S/N AR22740809, Irvine, CA

3e. Annual Maintenance for ABSciex 1 yr ________
Model 4000 QTrap LC/MS Systems
Option Period Two March 1, 2015
Through February 29, 2016
S/N AR22580808, Atlanta, GA

3f. Annual Maintenance for ABSciex 1 yr ________
Model 4000 QTrap LC/MS Systems
Option Period Two March 1, 2015
Through February 29, 2016
S/N AR224400807, Lenexa, KS

Contract Clauses

52.212-4 Contract Terms and Conditions - Commercial Items (Feb 2012) applies to this acquisition:
The services delivered hereunder shall be inspected and accepted at destination by the contracting officer's representative (COR) specified at award. If the services are acceptable, the COR shall promptly forward a report of inspection and acceptance to the paying office. If the services are not acceptable, the COR shall document the nonconforming services and immediately notify the contracting officer.
Service Records and Reports
The Contractor shall, commensurate with the completion of each service call (inclusive of warranty service), provide the end-user of the equipment with a copy of a field service report/ticket identifying the equipment name, manufacturer, model number, and serial number of the equipment being serviced/repaired and detailing the reason for the service call, a detailed description of the work performed, the test instruments or other equipment used to affect the repair or otherwise perform the service, the name(s) and contact information of the technician who performed the repair/service, and for information purposes, the on-site hours expended and parts/components replaced. In addition, the contractor shall provide monthly reports to the FDA COR and Contract Specialist, not later than the 5th work day following the end of each month, summarizing all maintenance and repair activities (including warranty work) for the previous month; negative reports are required.
The following additional provisions and/or clauses apply and are hereby incorporated by reference. Full text of the clauses may be obtained by accessing https:www.acquisition.gov/far/.
FAR Clause 52.204-4 Printed or Copied Double-sided on Recycled Paper (May 2011)
FAR Clause 52.204-7 Central Contractor Registration (Dec 2012)
(1) 52.217-9 Option to Extend the Term of the Contract (Mar 2000)
(a) ...within 1 day ... at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension.
(c) ... shall not exceed 3 years.

The following HHSAR clauses apply and can be obtained at the following website:
http://www.farsite.hill.af.mil/VFHHSAR1.htm.
352.202-1 Definitions (Jan 2006)
352.203-70 Anti-lobbying (Jan 2006)
352.222-26 Contractor Cooperation in Equal Employment Investigations (Jan 2010)
352.223-70 Safety and Health (Jan 2006)
352.242-71 Tobacco-Free Facilities (Jan 2006)

The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2013) applies to this acquisition. The following additional FAR clauses cited in this clause are applicable:
(b) 52. 203-6, 52.204-10, 52.209-6, 52.209-10, 52.219-8, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-3, 52.222-40, 52.223-18, 52.225-13 and 52.232-33.
(c) 52.222-51

Contract type: Commercial Item - Firm Fixed Price

The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items (Feb 2012) applies to this solicitation. The following addenda have been attached to this provision:

Offerors are afforded the opportunity to inspect the system by contacting the Contract Specialist/Contracting Officer identified herein to schedule an appointment. Failure to inspect the system will not relieve the successful offeror from fully meeting the requirements of the resulting contract at the price offered.

Addendum to Paragraph (b)(8) Representations and Certifications - In addition to completing the representations and certifications at FAR 52.212-3(b), the Contractor's proposal shall also clearly show that the Contractor has selected the appropriate certification under FAR 52.222-48.

Note: This solicitation is being issued under the premise that the Contractor will certify that the service it will propose to fulfill this requirement is exempt from the Service Contract Act per the conditions set forth in FAR 52.222-48 and FAR 222.1003-4(c). If this is the case and the Contractor certifies that it is exempt under the terms and conditions of 52.222-48, then clause 52.222-51 will flow per usual from this solicitation to the resulting order. In the event that a Contractor does not make this certification, traditional Service Contract Act clauses 52.222-41 and 52.222-43 shall be included in the resulting order award as well as Wage Determinations WD05-2035 Rev.13): http://www.wdol.gov/wdol/scafiles/std/05-2035.txt?v=13 for Jefferson, AR; WD05-2047 (Rev 13) http://www.wdol.gov/wdol/scafiles/std/05-2047.txt?v=13 for Irvine, CA; WD05-2133 (Rev 11) http://www.wdol.gov/wdol/scafiles/std/05-2133.txt?v=11 for Atlanta, GA; WD 05-2563 (Rev 14) http://www.wdol.gov/wdol/scafiles/std/05-2563.txt?v=14 for Bothell, WA; WD 05-2307 (Rev 13) http://www.wdol.gov/wdol/scafiles/std/05-2307.txt?v=13 for Lenexa, KS; WD 05-2375 (Rev 12) http://www.wdol.gov/wdol/scafiles/std/05-2375.txt?v=12 for Jamaica, NY.

The provision at 52.212-2 Evaluation-Commercial Items (Jan 1999) is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (a) of that provision are a follows:

(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 Capability of offeror to meet the Government's requirements. Be advised that generic capability statements are not sufficient for effective evaluation of respondent's capability to provide the required specified equipment. Capability statements shall not exceed ten pages in length, excluding standard brochures;
2. Past Performance - respondent shall include the names of two current contacts for contracts of similar value for like equipment, including name, and phone number;
3. Price.
Technical and past performance, when combined, are more important than 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.

The government reserves the right to make an award without discussions.

The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Apr 2012), applies to this acquisition. An offeror should complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov.

It is the offeror's responsibility to monitor the internet site for the release of any amendments to the combined synopsis/solicitation (if any).

Offerors that fail to complete the required representations and certification, or reject the terms and conditions of the solicitation, may be excluded from consideration.

All responsible sources may submit a proposal, which if timely received, shall be considered. The proposal shall reference Solicitation number 13-223-SOL-00031. Proposals are due in person, by postal mail or email to the point of contact listed below on or before 1:00 P.M. CST, February 19, 2013, Jefferson, AR, at the Food and Drug Administration, OO/OFBA/OAGS, Attn: Marcia E. Park, 3900 NCTR Road, HFT-320, Jefferson, AR 72079-9502.

For information regarding this solicitation, please email Marcia Park at [email protected].

 

Bid Protests Not Available

Similar Past Bids

Grand forks North dakota 14 Sep 2020 at 10 PM
College station Arkansas 13 Aug 2012 at 2 PM
Emmet Nebraska 10 Nov 2012 at 12 AM
Forest Virginia 09 May 2014 at 2 PM
Location Unknown 17 Oct 2013 at 6 PM