Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 28, 2008 FBO #2285
MODIFICATION

R -- MAINTENANCE OF BIACORE Q INSTRUMENT

Notice Date
2/26/2008
 
Notice Type
Modification
 
NAICS
541711 — Research and Development in Biotechnology
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division, Norfolk Federal Building, 200 Granby Street, Norfolk, VA, 23510, UNITED STATES
 
ZIP Code
23510
 
Solicitation Number
EA133C-08-RQ-0248
 
Response Due
3/3/2008
 
Archive Date
3/18/2008
 
Point of Contact
Linda Mullen, Contract Specialist, Phone 757-441-3436, Fax 757-441-3786
 
E-Mail Address
Linda.Mullen@noaa.gov
 
Description
AMENDMENT NO. 1 TO THIS COMBINED SYNOPSIS/SOLICITATION CHANGES THE START DATE TO READ JULY 1, 2008 THROUGH JUNE 30, 2009 WITH FOUR ONE YEAR OPTIONS. RESPONSE DATE IS EXTENDED UNTIL MARCH 3, 2008. THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The Request for Quotation (RFQ) number is EA133C-08-RQ-0248. The U.S. Dept of Commerce, Center for Coastal Environmental Health, 219 Ft. Johnson Road, Charleston, SC 29412 has a requirement for full service Maintenance for BiaCore Q Instrument (S/N 14110010-CJ7050) in accordance with the following statement of work. The period JULY 1, 2008, or date of award, whichever is later, through JUNE 30, 2009, with four one-year options. STATEMENT OF WORK Full Service Maintenance Agreement for GE-Healthcare/Biacore Q Surface Plasmon Resonance Instrument 1. Scope of Work The Contractor shall furnish all materials, travel expenses, labor, tools, and equipment necessary to provide full maintenance (including preventative maintenance) and emergency services on the GE Healthcare/Biacore Q surface plasmon resonance instrument (serial number CJ7050) hereafter called the Instrument) and upgrade modules (after initial warranty period) purchased from the OEM after the original procurement. The Instrument is located at the NOAA/National Ocean Service, Center for Coastal Environmental Health & Biomolecular Research. 2. Availability for Servicing The Government agrees to make the Instrument covered by this contract available for servicing at the time of each scheduled preventative maintenance or emergency service call. The Contractor?s representative shall contact in advance the Government?s representative (Gregory Doucette) for a mutually agreeable date and time for each preventative maintenance call. 3. Excluded Services Contractor shall not be obligated to provide services under this contract for: a) damaged or destroyed Instrument where such damage is: 1) the result of or caused by fire or explosion of any origin, riot, civil commotion, flood, earthquake, or 2) caused by the Government?s misuse or abuse of such Instrument. b) interpretation of data. c) installation of any field modification of the Instrument not authorized by the manufacturer. 4. Service Area The Instrument is located at: NOAA/National Ocean Service, Center for Coastal Environmental Health and Biomolecular Research (CCEHBR), 219 Fort Johnson Road, Charleston, SC 29412. Access is limited to normal Government business hours, except by special arrangement with the contracting officer. 5. Preventative Maintenance Contractor shall provide, at no additional charge, a minimum of two preventative maintenance visits per year at no greater than six month intervals devoted to routine system maintenance including cleaning, replacement of integrated microfluidic cartridge (IFC), conducting four-point system check (including IFC, refractometer, mixing protocol, and system noise), checking and replacing as needed autosampler needle, connector block and pump syringes/tubing, confirming system calibrations, system software maintenance, and other routine maintenance tasks as outlined in the manufacturer?s service and test manuals. This visit is to be coordinated with the Government?s representative at least two weeks in advance. 6. Telephone or E-mail Support Contractor shall supply telephone or e-mail support for resolving hardware, software, application and other system problems. Qualified engineers shall be available between 9:00 a.m. and 5:30 p.m. Eastern Standard Time, and a suitable call answering service must be available for all other hours. 7. On Call Service Contractor shall provide unlimited service visits for remedial repairs. The Contractor shall initiate repairs within a reasonable response time (less than 5 work days). 8. Repair Parts The Contractor shall supply all repair parts as follows: repair parts must be functionally identical to the original parts and meet or exceed all technical specification and requirements of the original parts as determined by the manufacturer. Shipment of repair parts must be within 1 work day. Contractor must have and present a written agreement to obtain all manufacturers? repair parts for the duration of this contract and any/all option periods. This agreement must include routine parts as well as proprietary items. 9. Automatic Software Upgrades The Contractor shall automatically provide, upon release from the factory, and without additional cost to the Government, all licensed software upgrades for the Instrument computer and all software licensed under the original purchase agreement. Contractor must have and present a written agreement with the manufacturer for obtaining upgrades for the duration of this contract and all option periods. 10. Guarantee of Work Contractor shall guarantee all work and agree to remedy, at its own expense, any defects caused by poor workmanship or materials. 11. Assignment of Personnel All work performed under this contract shall be performed by qualified engineers with manufacturer?s factory training on the specific model of the Instrument. Sufficient personnel must be assigned to the region to ensure rapid response and personnel backup at all times. 12. Security The C&A requirements of clause 73 do not apply and that a Security Accreditation Package is not required. This procurement is being solicited as unrestricted and full and open competition. The resulting purchase order will be negotiated as a firm-fixed price Purchase Order. In order to comply with the debt collection improvement act of 1966, all contractors must be registered in the central contractor registration (CCR) to be considered for an award of a federal contract. For information regarding registration in CCR contact the CCR website at www.ccr.gov/index.cfm. The FSC for this is R499 and the NAICS Code is 541711, small business size standard is 500 employees. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-23. FAR 52.212-1 Instructions to Offerors-Commercial Items applies. Evaluation will be in accordance with FAR 52.212-2 Evaluation-Commercial Items. Award will be made to the responsible, responsive offeror whose offer will result in the lowest technically acceptable price and who can best meet the required location. FAR 52.212-3, Offeror Representations and Certification?Commercial Items (Nov 2006) --Offerors must include a completed copy of its provision with their offer or complete only paragraph (j) of the provision if the offeror has completed the annual representation and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website; the offeror shall complete only paragraphs (b) through (i) of this provision; FAR 52.212-4, Contract Terms and Conditions-Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Mar 2007) applies and the following additional FAR clauses cited in the clause at paragraph (b) are applicable to this acquisition, as such consider the following clauses checked, (15), (16), (17), (18), (19), (25), (28) and (33). The following addenda or additional terms and conditions apply: None. No Defense Priorities and Allocations System (DPAS) rating is assigned. Offers must be submitted to the Eastern Region Acquisition Division, 200 Granby Street, Room 815, Norfolk, Virginia 23510 by 10:00 A.M February 27, 2008. Vendors whose offer expires prior to closing date will not be accepted. Offers maybe faxed to 757-441-3436 or via e-mail to Linda.Mullen@noaa.gov. Inquiries will only be accepted via email to Linda.Mullen@noaa.gov. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (26-FEB-2008); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DOC/NOAA/EASC/EA133C-08-RQ-0248/listing.html)
 
Place of Performance
Address: 219 FT. JOHNSON RD/CHARLESTON/SC
Zip Code: 29412
Country: UNITED STATES
 
Record
SN01517669-F 20080228/080226225818 (fbodaily.com)
 
Source
FedBizOpps 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.