Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 28, 2008 FBO #2589
SOLICITATION NOTICE

J -- Service/Preventative Maintenance Agreement for Thermo Mass Spectrometer

Notice Date
12/26/2008
 
Notice Type
Modification/Amendment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division, Norfolk Federal Building, 200 Granby Street, Norfolk, Virginia, 23510
 
ZIP Code
23510
 
Solicitation Number
EA133C-09-RQ-0149
 
Response Due
1/6/2009 11:00:00 AM
 
Archive Date
1/21/2009
 
Point of Contact
Janie M Laferty,, Phone: 757-441-6875
 
E-Mail Address
Janie.M.Laferty@noaa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined Synopsis/Solicitation for Commercial Items prepared in accordance with 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-09-RQ-0149. In accordance with FAR 19.5 this action is reserved exclusively for small business concerns. The U.S. Department of Commerce, NOAA, National Ocean Service, Center for Coastal Fisheries and Habitat Research (CCFHR), Beaufort Laboratory, Beaufort, NC intends to purchase on a FOB destination basis the following service agreement: 1. Full Service and Preventative Maintenance Agreement for a Thermo Mass Spectrometer, described as TSQ-20003, TSQ Quantum Discovery Max, Serial #TQU00811 Service Agreement shall include: One (1) demand on-site service visit with a maximum 5 day response; (8:00am - 5:00pm) Eastern Standard Time, Monday - Friday excluding holidays, engineer labor and travel is included; priority status for technical support inquires, response within 3 hours; One (1) Scheduled Preventative Maintenance visit; Thermo Scientific supplied personal computers are covered; Factory-certified replacement parts included; Software updates and notifications; optional subscription to e-support online technical resources. The service calls and Preventative maintenance Inspection should be completed by professional field service engineers. 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. Guarantee of Work Contractor shall guarantee all work and agree to remedy, at its own expense, any defects caused by poor workmanship or materials. Security The C&A requirements of clause 73 do not apply and that a Security Accreditation Package is not required. The period of performance will be as follows: Base year: March 1, 2009 through February 28, 2010 Option year 1: March 1, 2010 through February 28, 2011 Option year 2: March 1, 2011 through February 29, 2012 Offeror should submit unit prices for each period either in a monthly or quarterly amount. 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 6640 and the NAICS Code is 334516, the small business size standard is 500 employees. The government intends to award a firm-fixed price purchase order for this requirement. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-24. FAR 52.212-1 Instructions to Offerors-Commercial Items applies. FAR 52.212-4 Contract Terms and Conditions - Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, FAR 52.217-8 Option to Extend Services, and FAR 52.217-9 Option to Extend the Term of the Contract applies. Clauses may be viewed in their entirety at www.arnet.gov. No Defense Priorities and Allocations System (DPAS) rating is assigned. Offers must be submitted to the Acquisition Management Division, ERAD, 200 Granby Street, Room 815, Norfolk, VA 23510 by 11:00 A.M. EST. January 6, 2009. Offers may be faxed to 757-664-3645 or via email to: Janie.M.Laferty@noaa.gov. Inquires will only be accepted via email to Janie.M.Laferty@noaa.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=47dc80ecb24e63639eaa0deafc317175&tab=core&_cview=1)
 
Place of Performance
Address: 101 Pivers Island Road, Beaufort, North Carolina, 28516, United States
Zip Code: 28516
 
Record
SN01724510-W 20081228/081226213059-47dc80ecb24e63639eaa0deafc317175 (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  © 1994-2020, Loren Data Corp.