Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 26, 2005 FBO #1400
SOLICITATION NOTICE

J -- Service and Maintenance Agreement

Notice Date
9/24/2005
 
Notice Type
Solicitation Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Other Defense Agencies, Uniformed Services University of the Health Sciences, Directorate of Contracting, 4301 Jones Bridge Road, Bethesda, MD, 20814-4799
 
ZIP Code
20814-4799
 
Solicitation Number
Reference-Number-LOG6C001PEN
 
Response Due
9/30/2005
 
Archive Date
10/15/2005
 
Small Business Set-Aside
Total Small Business
 
Description
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 and is subject to the availability of funds; quotes are being requested and a written solicitation will not be issued. Order will be made in accordance with FAR Part 13: Simplified Acquisition Procedures. The NAICS code is 811219: Other Electronic and Precision Equipment Repair and Maintenance. It is the responsibility of all interested offerors to monitor the solicitation for any possible amendments and changes. Statement of Work: Section A TERM OF CONTRACT Contract is twelve (12) months, commencing on 1 OCT 05 ending 30 SEP 06. SCOPE OF CONTRACT: Annual Service and Maintenance Agreement: Contractor is to provide unlimited emergency (remedial) repairs on an as needed basis on laboratory equipment listed in Section B to include Preventive Maintenance (PM) inspection(s)during the period of performance. Contractor shall provide all labor, parts, materials, tools, transportation and management necessary to maintain and repair the laboratory equipment listed in section B on an as needed basis in strict accordance with OEM service specifications. Contractor shall provide technical support, application support, and operational assistance to Government personnel on an as needed basis via phone and on site assistance. This agreement may be modified by the Government with thirty (30) days written notification to add or delete items or to cancel the entire agreement on a pro-rated basis. This agreement may be renewed at the option of the Government for an additional term at mutually agreeable prices. Section B 001 ID: F10098 BECKMAN INST SPECTROPHOTOMETER 1 PM per year MD: DU640 SN: 4318941 Location: B4009, Dept: BIOCHEMISTRY 002 ID: 005847 BECKMAN INST CENTRIFUGE ULTRA WITH DRIVE 2 PMs per year MD: L5-50 SN: 501534 Location: B4013, Dept: BIOCHEMISTRY 003 ID: 005675 BECKMAN INST CENTRIFUGE 2 PMs per year MD: L5-50B SN: 502410 Location: B3028, Dept: BIOCHEMISTRY 004 ID:002696 PACKARD INST PACKARD SCINTILLATION COUNTER 1 PM per year MD: B1500 SN: 100333 Location: B4066, Dept:BIOCHEMISTRY 005 ID:002697 PACKARD INST PACKARD SCINTILLATION COUNTER 1 PM per year MD: B1500 SN: 100328 Location: B4066, Dept: BIOCHEMISTRY 006 ID:044333 BECKMAN INST SPECTROPHOTOMETER 1 PM per year MD: DU640 SN: 4321864 Location: B4013, Dept: BIOCHEMISTRY 007 ID:039900 BECKMAN INST CENTRIFUGE, ULTRA 2 PMs per year MD: L8-80M SN: 8C788 Location: B4013, Dept: BIOCHEMISTRY 008 ID:038378 BECKMAN INST SCINTILLATION COUNTER 1 PM per year MD: LS6500 SN: 7067584 Location: B4132, Dept: MICROBIOLOGY 009 ID:008900 BECKMAN INST CENTRIFUGE ULTRA WITH DRIVE 2 PMs per year MD: L8M-55 SN: 5F414 Location: B4136, Dept: MICROBIOLOGY 010 ID:007202 BECKMAN INST CENTRIFUGE ULTRA WITH DRIVE 2 PMs per year MD: L8M-70 SN: 7G621 Location: B4128, Dept: MICROBIOLOGY 011 ID:033158 BECKMAN INST CENTRIFUGE ULTRA WITH DRIVE 2 PMs per year MD: OPTOMA L-60 SN: L1C609 Location: B4128, Dept: MICROBIOLOGY 012 ID:001089 BECKMAN INST SCINTILLATION COUNTER 1 PM per year MD: LS7800 SN: 7300320 Location: C2054, Dept: MICROBIOLOGY 013 010384 BECKMAN INST CENTRIFUGE ULTRA (MINI) 2 PMs per year MD: TL-100 SN: TC729 Location: B3143, Dept: PATHOLOGY 014 ID:029135 BECKMAN INST SCINTILLATION COUNTER 1 PM per year MD: LS6000TA SN: 7065805 Location: B3132, Dept: PATHOLOGY 015 ID:034934 BECKMAN INST CENTRIFUGE ULTRA WITH DRIVE 2 PMs per year MD: L8M-60 SN: 6K208 Location: B3132, Dept: PATHOLOGY 016 029218 BECKMAN INST SPECTROPHOTOMETER 1 PM per year MD: DU640 SN: 4314930 Location: C2014, Dept: PHARMACOLOGY 017 ID:034054 BECKMAN INST CENTRIFUGE ULTRA WITH DRIVE 2 PMs per year MD: L-80 SN: L1M814 Location: C2054, Dept: PHARMACOLOGY 018 ID:001057 BECKMAN INST SCINTILLATION COUNTER 1 PM per year MD: LS3801 SN: 7012444 Location: C2054, Dept: PHARMACOLOGY 019 ID:002514 BECKMAN INST SCINTILLATION COUNTER 1 PM per year MD: LS5801 SN: 7015220 Location: C2054, Dept: PHARMACOLOGY 020 ID:040281 BECKMAN INST SPECTROPHOTOMETER 1 PM per year MD: DU640 SN: 640-4319338 Location: C2004, Dept: PHARMACOLOGY 021 ID:048204 PERKIN ELMER LIFE SC GAMMA COUNTER, WIZARD 3 1480-011 1 PM per year MD: 1480-011 SN: 4800434 Location: A2033, Dept: EHS Section C SERVICE CALLS: The number of service calls placed with the contractor for remedial repair is unlimited. RESPONSE TO SERVICE CALLS The contractor?s initial response to any service call shall be within 24 hours (weekends and Government Holidays excluded). Within 24 hours of a service call, the contractor shall coordinate with the end user and schedule a time to conduct the necessary repairs. The contractor will complete all repairs for a service call in the minimum amount of time required, not exceeding six days of the call-in date for service. The contractor will work only during the Government's normal working hours, Monday through Friday, Federal holidays excluded, 7:30 a.m. (0730 hours) to 4:00 p.m. (1600 hours). Contractor personnel shall report to the Technical Services Branch prior to beginning work. Upon completion of work, the contractor shall leave copies of field service reports with the Technical Services Branch. DOCUMENTATION OF SERVICES Contractor shall maintain a service history record on each piece of equipment covered under the contract. Contractor shall provide copies of field service reports (including PM inspections) to the end user and to the Technical Services Branch as evidence of Preventive Maintenance and emergency service having been performed for each piece of equipment. Preventive Maintenance reports will be separate from emergency field service reports. Said reports will describe the work performed, the date of performance, item description to include Make, Model and Serial Number, and parts used. STANDARDS OF WORKMANSHIP The quality of all services and supplies rendered hereunder will conform to the highest standards in the relevant profession, trade or field of endeavor. All services and supplies will be rendered by or supervised directly by individuals fully qualified in the relevant profession, trade or field, and holding any licenses required by applicable law and regulation. The contractor, if not the OEM, shall perform all services in accordance with OEM specifications and to provide all, if any, OEM system hardware, software, and firmware upgrades throughout the term of the contract. Accordingly, the contractor's work shall result in all equipment, working at 100% of factory specifications. TECHNICAL SERVICE QUALIFICATIONS All service technicians who will provide service to the equipment covered by this contract shall be OEM factory trained and certified or show the equivalency. All service technicians shall maintain up to date knowledge and technology regarding repair of and performance enhancements to the equipment as per OEM issued technical bulletins. Technical bulletins issued by the OEM will be in the hands of the service technicians within 30 days of OEM issuance. Vendor shall maintain a library of technical manuals including all technical bulletins for each model of equipment covered by the contract. Section D (Definitions) Unlimited (Remedial) Emergency Repair Service: Means that the contractor will respond to an unlimited number of service calls placed on equipment listed under contract. Has the same meaning as a Full Unlimited 100% Warranty where all parts and labor are included. Emergency: Is the occurrence of a malfunction to the normal operation of the equipment items under contract and the item is in immediate need for remedial repair. Emergency Repair: (Remedial Repair) Is the repair given to an equipment item under contract by the contractor upon request. Emergency Service Call: Is a request by phone to the contractor for a remedial repair. Preventive Maintenance (PM): Is the periodic servicing of equipment, which may or may not include cleaning, testing, adjusting, calibrating, lubricating, etc. in accordance with OEM service specifications. Specific PM requirements vary greatly from one piece of equipment to another. This service is not provided as a result of a malfunction. A PM is provided primarily to prevent an eventual malfunction, extending the life of the equipment items. Not all equipment items require PM. OEM Service Specifications: Is the Manufacturer?s guidelines and/or procedures on how equipment should be repaired to include PMs on an annual basis. The contractor, if not the OEM, will perform all maintenance in accordance with OEM Specifications. Submission on Quotes: All interested offerors shall submit their quotes for the base year plus four option years: CLIN 0001: Base Year 10/1/2005-09/30/2006 $? CLIN 0002: Option 1 10/1/2006-09/30/2007 $? CLIN 0003: Option 2 10/1/2007-09/30/2008 $? CLIN 0004: Option 3 10/1/2008-09/30/2009 $? CLIN 0005: Option 4 10/1/2009-09/30/2010 $? Quote will be accepted via post mail, in person, emailed to jwickley@usuhs.mil, or faxed to 301-295-1716 Attn: Jennilee Wickley, however all quotes must be in the government's possession by 3:00PM EST on the solicitation closing date. Your quote must include your Representations and Certifications as found in FAR 52.212-3, Offeror Representations and Certification-Commercial Items. EVALUATION FACTORS: Price, Past Performance Applicable Provisions and Clauses are incorporated by reference only: Provision 52.212-1, Instructions to Offerors-Commercial Items; Provision 52.212-2, Evaluation-Commercial Items; Clause 52.212-3, Offerors Representations and Certifications-Commercial Items; Clause 52.212-4, Contract Terms and Conditions-Commercial Items; and Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; clause 52.217-8; Option to Extend the Services; and Clause 52.217-9; Option to Extend the Term of the Contract. Full text version of these clauses, including the Representations and Certifications, may be found at the following website addresses: http://www.acqnet.gov/far/ http://www.acq.osd.mil/dpap/dfars
 
Place of Performance
Address: 4301 Jones Bridge Road Bethesda, MD
Zip Code: 20814
Country: USA
 
Record
SN00903620-W 20050926/050924211947 (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.