This is a combined synopsis/solicitation for commercial items prepared in accordance with the
Federal Acquisition Regulation (FAR) 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 government
intends to issue a Purchase Order in accordance with FAR PART 13.106 for the requirement
herein using Simplified Acquisition Procedures. The solicitation number is FDA_14-233-
1136663. This solicitation is issued as a Request for Quote (RFQ).
The solicitation document and incorporated provisions and clauses are those in effect through
Federal Acquisition Circular (FAC) 2005-74, July 1, 2014.
The associated North American Industry Classification System (NAICS) Code is 811219 - Other
Electronic and Precision Equipment Repair and Maintenance; Size standards $19 million. This
solicitation is a 100% total Small Business set-aside.
Respondents are responsible for delivery in person, by e-mail, fax, mail or other delivery method
of their complete quote and any additional documents before 1:00 pm (Central Standard Time -
Local Prevailing Time in Jefferson, Arkansas) July 29, 2014 to
[email protected],
Fax (870) 543-7990, or mail to the U. S. Food and Drug Administration, OO/OFBA/OAGS,
Attention of Howard Nesmith, 3900 NCTR Road, Building 50, Room 424, Jefferson, AR 72079-
9502.
PLEASE NOTE - The above contact information is for the Contracting Office and not the
delivery address. The delivery address is indicated in the FOB Destination section below.
For information regarding this solicitation, please contact Howard Nesmith by e-Mail at
[email protected].
Background:
The U.S. Food and Drug Administration (FDA), Center for Biologics Evaluation and Research
(CBER), Biotechnology Resources (FBR), Scientists are enthusiastically embracing the
unprecedented power of Next Generation Sequencing (NGS). This technology is not only
critical for the cutting-edge in-house research, but the understanding or interpretation of data
obtained from NGS is critical for CBER scientists' regulatory mission. Some research projects
conducted by CBER scientists employing high throughput NGS (also referred as massively
parallel sequencing, MPS in the literature) range from quality control of Medical
Countermeasure (MCM) and pandemic influenza vaccines", "new scientific capabilities to
improve human tissue safety exploring the detection and the characterization of previously
unknown or newly emerging infectious pathogens, to "the characterization of divergent HIV
strains and other human and zoonotic retroviruses (e.g., XMRV), based on population-based
studies. In addition, several projects conducted at CBER are pursuing whole genome
sequencing, targeted re-sequencing, gene expression, methylation detection, de novo sequencing,
metagenomics, CHIP-sequencing and whole transcriptome sequencing, etc. Knowledge gained
by this state-of-the art technology will enable CBER to effectively evaluate regulatory
submissions in which high throughput sequencing data are included. One critical issue in NGS is
the generation of massive data that require computational analysis.
Statement of Need:
The FDA/CBER/FBR requires a Minimum Preventative Maintenance /Service Contract for a
Genomatix Genome Analyzer which includes maintenance for both hardware and software to
ensure adequate NGS service of FBR.
Minimum Preventative Maintenance /Service Contract Requirements:
The Service Contract shall include at least one (1) on-site visit for routine Preventative
Maintenance (PM) of the instrument per year.
All maintenance and repair activities shall be performed by formally trained and certified
technicians/engineers. All repairs and PM services shall be performed following Original
Equipment Manufacturer (OEM) specifications, manuals, and service bulletins, using OEM
replacement parts, components, subassemblies, etc.
All maintenance pricing shall be inclusive of labor, travel, replacement parts, components,
subassemblies, etc.
Shall include unlimited software and firmware updates
Shall provide priority for emergency onsite service within 48 Business Hours: emergency
repair services as required during 8:00 AM - 5:00 PM (when issues cannot be resolved
remotely).
Shall include unlimited technical support, Mondays - Fridays (excluding Federal Holidays)
between the hours of 8:00 AM - 5:00 PM Central Time. If a call is received outside of
normal business hours, the Contractor shall begin working on a solution within 8 business
hours of message receipt (e.g., telephone-based, email-based, website-based, etc.)
Service Records and Reports:
The Contractor shall, commensurate with the completion of each service call or
preventative maintenance visit, provide the end-user of the equipment and the
Contracting Officer 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.
Item #1
Minimum Preventative Maintenance /Service Contract
Genomatix Genome Analyzer
Serial Number: 255585J
Period of Performance: September 5, 2014 to September 4, 2015
Quantity: 1 (one)
Unit Price: ______________________
GSA Contract Number: __________________ (if applicable)
Item #2 (Option Period #1)
Minimum Preventative Maintenance /Service Contract
Genomatix Genome Analyzer
Period of Performance: September 5, 2015 to September 4, 2016
Unit Price: ______________________
GSA Contract Number: __________________ (if applicable)
Item #3 (Option Period #2)
Minimum Preventative Maintenance /Service Contract
Genomatix Genome Analyzer
Period of Performance: September 5, 2016 to September 4, 2017
Unit Price: ______________________
GSA Contract Number: __________________ (if applicable)
Item #4 (Option Period #3)
Minimum Preventative Maintenance /Service Contract
Genomatix Genome Analyzer
Period of Performance: September 5, 2017 to September 4, 2018
Unit Price: ______________________
GSA Contract Number: __________________ (if applicable)
Item #5 (Option Period #4)
Minimum Preventative Maintenance /Service Contract
Genomatix Genome Analyzer
Period of Performance: September 5, 2018 to September 4, 2019
Unit Price: ______________________
GSA Contract Number: __________________ (if applicable)
Place of Performance:
U.S. Food and Drug Administration
Center for Biologics Evaluation and Research
29 Lincoln Drive
Bethesda, MD 20892
POC: Shall be provided at time of award.
Contract Type - Commercial Item - Firm fixed price.
An official authorized to bind the Offeror must sign the terms and conditions of the offer.
Offerors that fail to furnish required representations and certifications, or reject the terms and
conditions of the solicitation, may be excluded from consideration.
Contract clauses-
The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this
acquisition. The following addenda apply:
The supplies and/or services delivered hereunder shall be inspected and accepted at destination
by the contracting officer / representative (COR) specified at award. If the supplies or services
are acceptable, the COR shall promptly forward a report of inspection and acceptance to the
paying office. If the supplies or services are not acceptable, the COR shall document the
nonconforming items/services and immediately notify the contracting officer.
The following additional provisions and/or clauses apply and incorporated by reference and
apply to this acquisition. Clauses and provisions can be obtained at
http://www.acquisition.gov/far/
FAR Clause 52.204-4 Printed or Copied Double-Sided on Recycled Paper
FAR Clause 52.204-7 Central Contractor Registration
FAR Clause 52.217-9 Option to Extend the Term of the Contract
(a) ... within 1 day of contract expiration; .... at least 15 days before the contract
expires...
(c) ...shall not exceed 5 years...
FAR 52.232-40, Providing Accelerated Payment to Small Business Subcontractors (Deviation)
The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or
Executive Orders -- Commercial Items , applies to this acquisition.
(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR)
clauses, which are incorporated in this contract by reference, to implement provisions of law or
Executive orders applicable to acquisitions of commercial items:
(1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)).
____ Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)).
(2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).
(3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77,
108-78 (19 U.S.C. 3805 note)).
(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:
[Checked as appropriate.]
___ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with
Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402).
___ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C.
3509).
___ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment
Act of 2009 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the
American Recovery and Reinvestment Act of 2009).
_X_ (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul
2013) (Pub. L. 109-282) (31 U.S.C. 6101 note).
___ (5) [Reserved]
___ (6) 52.204-14, Service Contract Reporting Requirements (Jan 2014) (Pub. L. 111-117,
section 743 of Div. C).
___ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts
(Jan 2014) (Pub. L. 111-117, section 743 of Div. C).
_X_ (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors
Debarred, Suspended, or Proposed for Debarment (Aug 2013) (31 U.S.C. 6101 note).
___ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters
(Jul 2013) (41 U.S.C. 2313).
___ (10) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May
2012) (section 738 of Division C of Public Law 112-74, section 740 of Division C of Pub. L.
111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L.
110-161).
___ (11) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C.
657a).
___ (12) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business
Concerns (Jan 2011) (if the offeror elects to waive the preference, it shall so indicate in its
offer)(15 U.S.C. 657a).
___ (13) [Reserved]
_X_ (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644).
___ (ii) Alternate I (Nov 2011).
___ (iii) Alternate II (Nov 2011).
___ (15) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644).
___ (ii) Alternate I (Oct 1995) of 52.219-7.
___ (iii) Alternate II (Mar 2004) of 52.219-7.
___ (16) 52.219-8, Utilization of Small Business Concerns (May 2014) (15 U.S.C. 637(d)(2) and
(3)).
___ (17) (i) 52.219-9, Small Business Subcontracting Plan (Jul 2013) (15 U.S.C. 637 (d)(4)).
___ (ii) Alternate I (Oct 2001) of 52.219-9.
___ (iii) Alternate II (Oct 2001) of 52.219-9.
___ (iv) Alternate III (July 2010) of 52.219-9.
___ (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)).
_X_ (19) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)).
___ (20) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C.
637(d)(4)(F)(i)).
___ (21) (i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business
Concerns (Oct 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so
indicate in its offer).
___ (ii) Alternate I (June 2003) of 52.219-23.
___ (22) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged
Status and Reporting (Jul 2013) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323).
___ (23) 52.219-26, Small Disadvantaged Business Participation Program-Incentive
Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323).
___ (24) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov
2011) (15 U.S.C. 657f).
_X_ (25) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15
U.S.C. 632(a)(2)).
___ (26) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small
Business (EDWOSB) Concerns (Jul 2013) (15 U.S.C. 637(m)).
___ (27) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns
Eligible Under the WOSB Program (Jul 2013) (15 U.S.C. 637(m)).
_X_ (28) 52.222-3, Convict Labor (June 2003) (E.O. 11755).
___ (29) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (E.O.
13126).
_X_ (30) 52.222-21, Prohibition of Segregated Facilities (Feb 1999).
_X_ (31) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).
_X_ (32) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212).
_X_ (33) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C.
793).
___ (34) 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212).
___ (35) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act
(Dec 2010) (E.O. 13496).
___ (36) 52.222-54, Employment Eligibility Verification (Aug 2013). (Executive Order 12989).
(Not applicable to the acquisition of commercially available off-the-shelf items or certain other
types of commercial items as prescribed in 22.1803.)
___ (37) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPADesignated
Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of
commercially available off-the-shelf items.)
___ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the
acquisition of commercially available off-the-shelf items.)
___ (38) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C.
8259b).
___ (39) (i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal
Computer Products (Dec 2007) (E.O. 13423).
___ (ii) Alternate I (Dec 2007) of 52.223-16.
_X_ (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving
(Aug 2011).
___ (41) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83).
___ (42) (i) 52.225-3, Buy American--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, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-
138, 112-41, 112-42, and 112-43).
___ (ii) Alternate I (May 2014) of 52.225-3.
___ (iii) Alternate II (May 2014) of 52.225-3.
___ (iv) Alternate III (May 2014) of 52.225-3.
___ (43) 52.225-5, Trade Agreements (Nov 2013) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301
note).
_X_ (44) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s,
proclamations, and statutes administered by the Office of Foreign Assets Control of the
Department of the Treasury).
___ (45) 52.225-26, Contractors Performing Private Security Functions Outside the United
States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal
Year 2008; 10 U.S.C. 2303 Note).
___ (46) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C.
5150).
___ (47) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov
2007) (42 U.S.C. 5150).
___ (48) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41
U.S.C. 4505), 10 U.S.C. 2307(f)).
___ (49) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 4505, 10
U.S.C. 2307(f)).
_X_ (50) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management
(Jul 2013) (31 U.S.C. 3332).
___ (51) 52.232-34, Payment by Electronic Funds Transfer-Other Than System for Award
Management (Jul 2013) (31 U.S.C. 3332).
___ (52) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332).
___ (53) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a).
___ (54) (i) 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).
___ (ii) Alternate I (Apr 2003) of 52.247-64.
(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to
commercial services, 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:
___ (1) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.).
___ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206
and 41 U.S.C. chapter 67).
___ (3) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price
Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C.206 and 41 U.S.C.
chapter 67).
___ (4) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards -- Price
Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).
_X_ (5) 52.222-51, Exemption from Application of the Service Contract Labor Standards to
Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May
2014) (41 U.S.C. chapter 67).
___ (6) 52.222-53, Exemption from Application of the Service Contract Labor Standards to
Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67).
___ (7) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495).
___ (8) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42
U.S.C. 1792).
___ (9) 52.237-11, Accepting and Dispensing of $1 Coin (Sep 2008) (31 U.S.C. 5112(p)(1)).
(d) Comptroller General Examination of Record The Contractor shall comply with the provisions
of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the
simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records
-- Negotiation.
(1) The Comptroller General of the United States, or an authorized representative of the
Comptroller General, shall have access to and right to examine any of the Contractor's directly
pertinent records involving transactions related to this contract.
(2) The Contractor shall make available at its offices at all reasonable times the records,
materials, and other evidence for examination, audit, or reproduction, until 3 years after final
payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor
Records Retention, of the other clauses of this contract. If this contract is completely or partially
terminated, the records relating to the work terminated shall be made available for 3 years after
any resulting final termination settlement. Records relating to appeals under the disputes clause
or to litigation or the settlement of claims arising under or relating to this contract shall be made
available until such appeals, litigation, or claims are finally resolved.
(3) As used in this clause, records include books, documents, accounting procedures and
practices, and other data, regardless of type and regardless of form. This does not require the
Contractor to create or maintain any record that the Contractor does not maintain in the ordinary
course of business or pursuant to a provision of law.
(e)
(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this
clause, the Contractor is not required to flow down any FAR clause, other than those in this
paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the
extent of the flow down shall be as required by the clause-
(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509).
(ii) 52.219-8, Utilization of Small Business Concerns (May 2014) (15 U.S.C. 637(d)(2) and (3)),
in all subcontracts that offer further subcontracting opportunities. If the subcontract (except
subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any
public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer
subcontracting opportunities.
(iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down
required in accordance with paragraph (1) of FAR clause 52.222-17.
(iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).
(v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212).
(vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793).
(vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec
2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause
52.222-40.
(viii) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67).
(ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)).
___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)).
(x) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts
for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41
U.S.C. chapter 67.)
(xi) 52.222-53, Exemption from Application of the Service Contract Labor Standards to
Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67)
(xii) 52.222-54, Employment Eligibility Verification (Aug 2013).
(xiii) 52.225-26, Contractors Performing Private Security Functions Outside the United States
(Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year
2008; 10 U.S.C. 2302 Note).
(xiv) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42
U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.
(xv) 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). Flow down required in accordance with paragraph
(d) of FAR clause 52.247-64.
(2) While not required, the contractor may include in its subcontracts for commercial items a
minimal number of additional clauses necessary to satisfy its contractual obligations.
The following HHSAR clauses apply and can be obtained at the following website:
http://farsite.hill.af.mil/VFHHSAR1.htm
352.202-1 Definitions JAN 2006
352.203-70 Anti-Lobbying JAN 2006
352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations
OCT 2009
The Contracting Officer is the only person with authority to act as agent of the Government
under this contract. Only the Contracting Officer has authority to:
(1) Direct or negotiate any changes in the statement of work;
(2) Modify or extend the period of performance;
(3) change the delivery schedule;
(4) Authorize reimbursement to the Contractor any costs incurred during the performance of this
contract; or
(5) Otherwise change any terms and conditions of this contract.
The Contracting Officer for this order is: to be completed at time of award.
The COR is responsible for:
(1) Monitoring the Contractor's technical progress, including the surveillance and assessment of
performance and recommending to the Contracting Officer changes in requirements;
(2) Interpreting the statement of work and any other technical performance requirements;
(3) Performing technical evaluation as required;
(4) Performing technical inspections and acceptances required by this contract; and
(5) Assisting in the resolution of technical problems encountered during performance.
The COR for this order is: to be completed at time of award.
Solicitation provisions
The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items applies to this
solicitation.
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 quote shall also clearly
show that the Contractor has selected the appropriate certification under FAR 52.222-48.
Note:
Unless otherwise expressly notified by the Offeror, all quotes received in response to this
solicitation shall be evaluated under the premise that the Offeror certifies that the combination of
equipment maintenance/repair services its proposing to fulfill this requirement are exempt from
the Service Contract Act per the conditions set forth in FAR 52.222-48 & FAR 22.1003-4(c).
Based on this premise that the Offeror certifies that its proposed services are exempt under the
terms and conditions of 52.222-48, FAR clause 52.222-51-Exemption from Application of the
Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain
Equipment-Requirements will be applicable to the resulting order. In the event that an Offeror
determines its proposed services do not meet the exemption, they are to expressly notify the
Contracting Officer in their quotation and the traditional Service Contract Act clauses 52.222-41,
and 52.222-43 shall be included in the resulting order award as well as Wage Determination WD
05-2103 (Rev.-13) http://www.wdol.gov/wdol/scafiles/std/05-2103.txt?v=13
Addendum Paragraph (c) Period for acceptance of offers. The offeror shall state on its quote that
the quoted prices in its offer firm until September 30, 2014.
The provision at FAR 52.212-2 Evaluation-Commercial Items is applicable to this solicitation.
The specific evaluation criteria to be included in paragraph (1) of that provision are as follows:
The Government will award a contract resulting from this solicitation to the lowest priced
(inclusive of all option years) technically acceptable responsible offeror. Offers will be evaluated
on their ability to meet the service requirements provided herein. The lowest priced offer will be
evaluated first. If the lowest priced offeror is not technically acceptable, the next lowest priced
offer will be evaluated and so on until a technically acceptable offer is determined.
Technical acceptability will be determined by review of information submitted by the Offeror
which must provide a description in sufficient detail to show that the service quoted meets the
Government's requirement and demonstrates prior experience maintaining same or near same
equipment.
The government is not responsible for locating or securing any information, which is not
identified in the proposal. To ensure information is available, vendors must furnish as part of
their proposal all descriptive material necessary for the government to determine whether the
mice meet the technical requirements. Quotes shall include technical specifications, descriptive
material, literature, brochures and other information corresponding to each minimum required
item, which demonstrates the capabilities of the offeror.
The Provision at FAR 52.212-3, Offerors Representations and Certifications-Commercial Items,
applies to this acquisition. An offeror shall complete only paragraph (b) of the provision if the
offeror has completed the annual representations and certification electronically via
https://www.sam.gov/portal/public/SAM/#1 . If an offeror has not completed the annual
representations and certifications electronically at the website, the offeror shall complete only
paragraphs (c) through (o) of this provision.
It is the offeror's responsibility to monitor the internet site for the release of an amendment to the
combined synopsis/solicitation (if any).
Bid Protests Not Available