Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 01, 2008 FBO #2379
SOLICITATION NOTICE

J -- Waters' equipment maintenance

Notice Date
5/30/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Field Finance & Acquisition Services, HFT-320, 3900 NCTR Road, Jefferson, Arkansas, 72079-9502
 
ZIP Code
72079-9502
 
Solicitation Number
FDA-SOL-08-000627
 
Archive Date
7/1/2008
 
Point of Contact
Nicholas E Sartain,, Phone: 870-543-7370
 
E-Mail Address
nick.sartain@fda.hhs.gov
 
Small Business Set-Aside
N/A
 
Description
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. This requirement is being issued in conjunction with FAR 13.5 Simplified Acquisition Procedures, as applicable. The solicitation number is FDA-SOL-08-000627. This solicitation is issued as a Request for Proposal (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-25. The associated North American Industry Classification System (NAICS) Code is- 811219- Other Electronic and Precision Equipment Repair and Maintenance; Small Business Size Standard is $6.5 million. The Food and Drug Administration is soliciting for preventive maintenance and total assurance plans for Waters’ Corporation mass spectrometers and liquid chromatography systems. The Contractor shall be an authorized service dealer and provide Waters certified service engineers for PM visits and repairs for both the mass spectrometers and the liquid chromatography systems. Offerors shall provide only genuine Waters parts for repairs. Annual Preventive maintenance plans for the following instruments: 1.Quattro Micro mass spectrometer 2.Quattro Ultima mass spectrometer The preventive maintenance plan shall include one preventive maintenance visit for each instrument including necessary calibrations and cleaning of the instruments’ vacuum and ion optic systems and operational checks and optimization of the instrument’s overall performance. The PM visit is also to include installation of a performance maintenance kit to include parts to rebuild and clean the source, analyzer, vacuum system, injector, probes and filters. This is not an all-inclusive list; offerors shall provide statement of coverage with their proposal to determine plan acceptability. Offerors shall state the per-instrument/per-repair cost limit for repairs not covered by the plan and any other discounts applicable. Annual Total assurance plans for the following: 1.Acquity Sample Manager 2.Acquity Solvent Manager 3.2795 Separation module The total assurance plans shall include one preventive maintenance visit for each instrument and any other necessary repair costs to the systems including repair visits, repair parts and firmware upgrades. The PM visit will include the installation of a performance maintenance kit consisting of approximately 20 parts, including parts needed to replace or rebuild the solvent filters, plunger seals, plungers, inlet check valves, needle port seat/seal, needle, syringe and injector. This is not an all-inclusive list; offerors shall provide statement of coverage with their proposal to determine plan acceptability. Offerors shall state the repair cost limit for each instrument for repairs not covered by the agreement. The contract will include as needed repairs not covered in the maintenance plans. The offer shall provide their labor rate and travel cost for repairs and note any applicable discounts. The offer shall state if the government will receive repair parts at a discounted rate and give the percentage discount off the list price. Contract Type: Commercial Item-Firm Fixed Price. Simplified acquisition procedures will be utilized. FOB Point destination. Period of Performance is one (1) year. FOB Point of Delivery for Services and Supplies will be the FDA/NCTR located at 3900 NCTR Road, Jefferson, AR 72079-9502. Payment terms net 30 days. Standard commercial warranty is required. The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items applies to this solicitation. The following addenda have been attached to this provision: None 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 responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i)Technical acceptability of the service offered to meet the Government’s requirement. (ii) Past Performance (iii) Price. Technical and Past Performance, when combined are significantly more important when compared to price. 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 offered meets the Government's requirement. 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 service meets the technical requirements. Offerors shall include descriptive material, literature, brochures and other information, which demonstrates the capabilities of the offeror. The government reserves the right to make an award without discussions. Past Performance information to include recent and relevant contracts for the same or similar items (including contract numbers, points of contact with telephone numbers and other relevant information). The Provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, applies to this acquisition. Offerors shall complete and return a copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act-Supplies," the offeror shall so state and shall list the country of origin. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following agenda have been attached to the clause. None. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.225-3 Alt 1, 52.225-13, and 52.232-33. The following additional provisions and/or clauses apply: 52.204-7. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.arnet.gov/far/ CCR Requirement - Company must be registered in the Central Contractor Registration (CCR) system before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice. It is the offeror's responsibility to monitor the internet site for the release of an amendment to the combined synopsis/solicitation (if any). 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. All responsible sources may submit an offer, which shall be considered. The offer must reference solicitation number FDA-SOL-08-000627. The Offers are due in person, by postal mail, fax or email to the point of contact listed below on or before June 16, 2008 by 13:00 hours (Central Standard Time in Jefferson, Arkansas) at the Food and Drug Administration, OC/OSS/OFFAS, Attn: Nick Sartain, 3900 NCTR Road, HFT-320, Jefferson, AR 72079-9502. For information regarding this solicitation, please contact Nick Sartain at (870) 543-7370, FAX (870) 543-7990 or email nick.sartain@fda.hhs.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b90a2a3725a725c8a105671c65d014c6&tab=core&_cview=1)
 
Place of Performance
Address: 3900 NCTR Rd, Jefferson, Arkansas, 72079, United States
Zip Code: 72079
 
Record
SN01583647-W 20080601/080530220046-b90a2a3725a725c8a105671c65d014c6 (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.