Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 21, 2002 FBO #0293
MODIFICATION

J -- On-Site On-Site preventive maintenance, calibrations, upgrades, and emergency repairs of Beckman Coulter Equipment

Notice Date
9/19/2002
 
Notice Type
Modification
 
Contracting Office
Department of Health and Human Services, Health Resources and Services Administration, HRSA/BPHC/National Hansen's Disease Programs, 1770 Physician Park Drive, Baton Rouge, LA, 70816
 
ZIP Code
70816
 
Solicitation Number
RFQ-LR0027SS
 
Response Due
9/27/2002
 
Point of Contact
Suzanne Shumate, Contracting Officer, Phone 225-756-3787, Fax 225-756-3786,
 
E-Mail Address
sshumate@hrsa.gov
 
Description
This combined synopsis/solicitation is issued as a Request for Quotaion (RFQ), Solicitation Number RFQ-LR0027-SS, using Simplified Acquisition Procedures (SAP) authorized in Subpart 13.5 Test Program for Certain Commercial Items. A subsequent solicitation document will not be issued. The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 01-09. The NAICS is 811219 with a Size Standard of $6,000,000. National Hansen's Disease Programs (NHDP), Baton Rouge LA, requires a non-personal service contract for a base year (CLIN 0001) and four option years (CLIN 0002, CLIN 0003, CLIN 0004 and 0005, respectively) for on-site manufacturer recommended preventive maintenance, calibrations, factory authorized product updates and modifications, technical assistant and telephone support, parts and emergency repairs of the following Beckman Coulter equipment. Resultant base contract period is October 1, 2002 through September 30, 2003. Offerors shall base prices per quarter for each item with a total per base year and each subsequent option year. Prices shall include travel to site: Location of equipment: Lab Research Branch, NHDP @ LSU-SVM, Skip Bertman Drive, Room 3520, Baton Rouge LA 70803 J2-21M Centrifuge (CLIN 0001AA, 0002AA, 0003AA, 0004AA, 0005AA) DU-65 Spectrophotometer (CLIN 0001AB, 0002AB, 0003AB, 0004AB, 0005AB). LS6K-1C Liquid Scintillation Counter (CLIN 0001AC, 0002AC, 0003AC, 0004AC, 0005AC) L8M-80 Ultracentrifuge (CLIN 0001AD, 0002AD, 0003AD, 0004AD, 0005AD). The Government intends to make a single award. STATEMENT OF WORK may be obtained via email at the following address: sshumate@hrsa.gov and is hereby incorporated into and made a part of this solicitation and any resulting contract. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.212-1 Instructions to Offerors -Commercial Items; FAR 52.212-3 Offeror Representations and Certifications-Commercial Items; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Within this clause the following clauses apply: 52.222-3 Convict Labor; 52.233-3 Protest after Award; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-34 Payment by Electronic Funds Transfer Other Than Central Contractor Registration; Also included are FAR 52.237-1 Site Visit and 52.237-2 Protection of Government Buildings. Other clauses pertinent to this solicitation are 52.217-8, Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.222-48 Exemption from Application of Service Contract Act; 52.232-18, Availability of Funds; 52.252-2, Clauses Incorporated By Reference; Copies of any of the referenced FAR clauses and provisions may be found at http:// www.arnet.gov/far. Basis of award will be based on technical capability, past performance and price. To this end, submit: (1) Technical capabilities: (a) Experience: Offers will be considered only from offerors who are regularly established in the business called for and whom in the judgment of the Contracting Officer (CO) are financially responsible and able to show evidence of their reliability, ability, experience, equipment, facilities and personnel directly employed or supervised by them to render prompt and satisfactory service. Provide name(s) of technician to be assigned to this contract. Document education/training in maintenance of equipment listed in the specifications. Include specific data such as dates and length of courses, material covered, and evidence of Technical School certificates. Document technician's years of experience in maintenance on the same and/or similar equipment specified. List the brand/model of equipment worked on and range of work. Provide two (2) references for whom the technician(s) has performed similar duties as will be required under this contract. Include the company's name, address, telephone number and contact person. (b) Availability of parts, diagnostic software and equipment. Document location of stocked parts and delivery time. Identify and document source of supply and average delivery time for items not stocked. (c) Ability to meet response times listed in the Specifications. Identify location of technicians by name and describe plans to meet the response times listed in the specifications. Demonstrate evidence of company's ability to respond to emergency situations, and fully discuss the staffing and managerial plans to be implemented to meet the response time specified. (2) Past Performance: Furnish points of contact and phone numbers of three references with whom past performance can be established; and (3) Price. Also include your firm's prompt payment terms and completed copies of the applicable paragraphs of FAR 52.212-3, and FAR 52.222-48. Potential contractors shall provide proposal on company letterhead via fax to 225-756-3786, email to sshumate@hrsa.gov or hand-delivered to National Hansen's Disease Programs, 1770 Physicians Park Drive, Baton Rouge LA 70816 no later than September 27, 2002, Central Daylight Savings Time. All responsible sources may submit a quotation for evaluation.
 
Place of Performance
Address: National Hansen's Disease Programs, NHDP @ LSU-SVM, Skip Bertman Drive, Room 3520, Baton Rouge LA
Zip Code: 70803
Country: USA
 
Record
SN00171026-W 20020921/020919213307 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.