Preventative Maintenance & Calibration of Two (2) Beckman Coulter Portable Liquid Particle Counters
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12, using Simplified Acquisition Procedures, as supplemented with the additiona... This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12, using Simplified Acquisition Procedures, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Paper copies of this solicitation will not be available. This combined synopsis/solicitation SHALL be posted on FEDBIZOPPS. The Request for Quotation (RFQ) number is N3904019Q0099. This solicitation documents and incorporates provisions and clauses in effect through FAC 2019-01 and DFARS Change Notice 20181221. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: http://farsite.hill.af.mil/vmfara.htm and http://www.acq.osd.mil/dpap/dars/change_notices.html. The NAICS code is 811219, and the Small Business Standard is $32.5 million. This is a SOLE SOURCE solicitation. Portsmouth Naval Shipyard (PNS) requests responses and price quotes from qualified sources capable of providing scheduled preventative maintenance and calibration of the Beckman Coulter equipment listed below. This requirement is a Sole Sourced to Beckman Coulter. Routine calibration services are crucial for this type of equipment to ensure that the equipment meets the laboratory's standards and testing specifications. Beckman Coulter doesn’t authorize third party vendors to work on their instruments unless they are factory trained, use CoreCAL software, have both the necessary HIAC-embedded security passcodes and NIST-traceable media in order to calibrate the PODS to mandatory test parameters. Their HIAC instruments are equipped with built in safeguards add security features. This controlled access prevents any vendor other than Beckman Coulter from properly calibrating the PODS. • Period of Performance: One year from Contract Award, plus two option years • Place of Performance: Vendor’s Facility PNS is responsible for delivery to vendor facility • Deliver to: Portsmouth Naval Shipyard, Kittery, ME Vendor is responsible for return shipping to PNS • Please provide the following: POC Name: POC Phone: POC Email: Cage Code: Payment Method (Gov’t Purchase Card or WAWF): Item Description POP Qty Unit Cost 0001 Preventative Maintenance of PODS+STD Unit 1 (S/N: 1727600226) Performance not to exceed 30 days 02/25/2019 - 02/24/2020 1 EA 0002 Preventative Maintenance of PODS+STD Unit 2 (S/N: 1812400331) Performance not to exceed 30 days (6 mos after Unit 1) 02/25/2019 - 02/24/2020 1 EA 1001 Preventative Maintenance of PODS+STD Unit 1 (S/N: 1727600226) Performance not to exceed 30 days 02/25/2020 - 02/24/2021 1 EA 1002 Preventative Maintenance of PODS+STD Unit 2 (S/N: 1812400331) Performance not to exceed 30 days (6 mos after Unit 1) 02/25/2020 - 02/24/2021 1 EA 2001 Preventative Maintenance of PODS+STD Unit 1 (S/N: 1727600226) Performance not to exceed 30 days 02/25/2021 - 02/24/2022 1 EA 2002 Preventative Maintenance of PODS+STD Unit 2 (S/N: 1812400331) Performance not to exceed 30 days (6 mos after Unit 1) 02/25/2021 - 02/24/2022 1 EA ************** Statement of Work: 1. SCOPE: This Statement of Work (SOW) covers the scheduled preventative maintenance and calibration of the following Beckman Coulter equipment: PODS+STD Unit 1: a) PODS+STD - Portable Liquid Particle Counter (S/N: 1727600226) b) LEX - Light Ext. Sensor (S/N: 17093407) PODS+STD Unit 2: a) PODS+STD - Portable Liquid Particle Counter (S/N: 1812400331) b) LEX - Light Ext. Sensor (S/N: 18043414) 2. BACKGROUND: 2.1. Task Statement: Perform Preventative Maintenance (PM) and Calibration Services for an extended period to cover a total of three (3) years for each Portable Liquid Particle Counter Unit. 2.2. Current Condition: All equipment is currently fully functional with no known major defects identified. 2.3. Period of Performance: The period of this service contract shall be for one (1) year starting with the date of award of the contract with two (2) option periods. The turnaround period when performing maintenance and/ or calibration shall not exceed thirty (30) calendar days upon receiving the unit(s). Upon award of the contract, PODS+STD Unit 1 shall be sent to the nearest Beckman Coulter service depot for PM and Calibration, and PODS+STD Unit 2 shall be sent out to the same service depot six (6) months after PODS+STD Unit 1 has been returned from Beckman Coulter. Estimated Need dates are as follows: FY2019 FY2020 FY2021 PODS+STD Unit 1 3/15/2019 3/15/2020 3/15/2021 PODS+STD Unit 2 9/15/2019 9/15/2020 9/15/2021 2.4. Place of Performance: PM and Calibration services will be performed at a facility owned and operated by Beckman Coulter. 2.5. Quantity of Performance: This contract shall allow for the evaluation, calibration and preventative maintenance of two (2) units per year, one (1) unit every six (6) months. 3. REQUIREMENTS: 3.1. General: Unless indicated otherwise in this SOW, the Contractor shall provide all personnel, equipment, tools, materials/parts, per diem/transportation, and other items/services necessary to perform scheduled maintenance/inspection, calibration, and unplanned repairs as described herein. 3.2. Calibration: The units shall be calibrated to ISO 11171. 3.3. Planned Preventative Maintenance: The Contractor shall be responsible for furnishing all repair/replacement parts (required due to normal wear and tear such as pads, filters, fluids/oils, etc.). The Contractor is also responsible for the disposal of replaced and expendable items at no additional charge to the Government. If the Contractor finds something wrong with the unit during the scheduled maintenance that requires additional work, the Contractor shall report the problem to the Contracting Officer's Representative (COR), as well as the primary and secondary Technical Point of Contact (POC). Original equipment manufacturer (OEM) parts are required during maintenance. The Contractor may substitute functionally acceptable equal parts, when OEM parts are unavailable, only after approval from the COR. The price for the yearly preventative maintenance and calibration services is a firm fixed price. 3.4. Personnel Skills Qualification: Service technician shall be knowledgeable in design, operation and safety features of the PODS+STD Portable Liquid Particle Counter and an authorized service representative for Beckman Coulter. 3.5. Documentation and Calibration Certification: The Calibration Service Provider (CSP) shall include an itemized list of all repairs performed to each unit when returned to Portsmouth Naval Shipyard. A Certificate of Calibration shall be included when each unit is returned to service. The certificate shall state the date of issue, certificate number, make, model, serial number, customer, standard used, test data, lab environment, the individual who calibrated the unit, and the individual who authenticated the unit. 3.6. Return Shipping: The CSP shall ship each unit back via F~DEX Overnight, and provide the tracking info to the Primary and Secondary POCs via email. Units will be shipped to the following address: Portsmouth Naval Shipyard Code 134 Bldg. 20 / 3rd Floor Materials Test Lab Kittery, ME 03904 ************** Responsibility and Inspection: Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-7 System for Award Management 52.204-13 System for Award Management Maintenance) 52.204-16 Commercial and Government Entity Code Reporting 52.204-17 Ownership of Control of Offeror 52.204-18 Commercial and Government Entity Code Maintenance) 52.204-19 Incorporation by Reference of Representations and Certifications 52.204-20 Predecessor of Offeror 52.204-21 Basic Safeguarding of Covered Contractor Information Systems 52.204-22 Alternative Line Item Proposal 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations—Representation 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or A Felony Conviction 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items 52.217-5 Evaluation of Options 52.217-7 Option for Increased Quantity – Separately Priced Line Items 52.217-9 Option to Extend the Term of the Contract 52.219-1 Small Business Program Representation 52.219-28 Post Award Small Business Representation 52.222-3 Convict Labor 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.223-11 Ozone-Depleting Substances 52.223-18 Contractor Policy to Ban Text Messaging while Driving 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation 52.225-13 Restriction on Foreign Purchases 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran 52.232-18 Availability of Funds 52.232-33 Payment by Electronic Funds Transfer-System for Award Management 52.232-36 Payment by Third Party 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.242-15 Stop-Work Order 52.247-34 F.O.B. Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 52.252-6 Authorized Deviations in Clauses HQ B-2-0010 NOTE (OPTION) HQ B-2-0022 CONTRACT SUMMARY FOR PAYMENT OFFICE HQ C-2-0023 EXCLUSION OF MERCURY HQ D-1-0002 PACKAGING OF SUPPLIES HQ D-2-0006 MARKING AND PACKING LIST(S) HQ E-1-0003 INSPECTION AND ACCEPTANCE OF F.O.B. DESTINATION DELIVERIES HQ F-2-0004 F.O.B. DESTINATION HQ G-2-0009 SUPPLEMENTAL INSTRUCTIONS REGARDING ELECTRONIC INVOICING G-232-H002 PAYMENT INSTRUCTIONS AND CONTRACT TYPE SUMMARY FOR PAYMENT OFFICE Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes, if the representation and certification is not available via SAM.gov. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7006 Billing Instructions DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors DFARS 252.223-7008 Prohibition of Hexavalent Chromium DFARS 252.225-7048 Export-Controlled Items DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006 Wide Area Workflow Payment Instructions DFARS 252.232-7010 Levies on Contract Payments DFARS 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.244-7000 Subcontracts for Commercial Items DFARS 252.247-7023 Transportation of Supplies by Sea This announcement will close at 03:00 PM ET local time on 12 February 2019. Contact Emily Bateman who can be reached by email emily.bateman@navy.mil. METHOD OF PROPOSAL SUBMISSION: Offers shall be emailed (or faxed to 207-438-4193). All responsible sources may submit a quote which shall be considered by the agency. System for Award Management (SAM): Vendors must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), a point of contact, name, email address, phone/FAX number, CAGE Code, technical specifications of units offered (including brand), business size under NAICS Code 811219, and payment terms. At a minimum, quotes shall contain the completed RFQ form (attached). Each response must clearly indicate the capability of the vendor to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »