Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2009 FBO #2813
MODIFICATION

J -- Full Service and Preventative Maintenance Agreement for a MoFlo Console S/N 1340 and an Avanti J-20XPI Centrifuge S/N JX104G03

Notice Date
8/5/2009
 
Notice Type
Modification/Amendment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61, 1305 East West Highway, 7th Floor, Silver Spring, Maryland, 20910
 
ZIP Code
20910
 
Solicitation Number
EA133C-09-RQ-0790
 
Point of Contact
Sandra Bennett, Phone: 757-441-3413, Margaret Rankin, Phone: 757-441-6526
 
E-Mail Address
Sandra.Bennett@noaa.gov, Margaret.A.Rankin@noaa.gov
(Sandra.Bennett@noaa.gov, Margaret.A.Rankin@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
The RESPONSE DATE to EA133C-09-RQ-0790 is extended to close of business (Eastern Standard Time) Tuesday, August 11, 2009. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and 13.5, 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. Solicitation number EA133C-09-RQ-0790 is issued as a Request for Quotation (RFQ) on an unrestricted full and open competitive basis. The resulting order will be awarded as a Firm-Fixed Price Purchase Order. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33. The associated North American Industry Classification System (NAICS) Code is 334516 Analytical Laboratory Instrument Manufacturing with a small business size standard of 500 employees. The U.S. Dept. of Commerce, National Oceanic and Atmospheric Administration (NOAA), National Ocean Service Hollings Marine Laboratory, 331 Ft. Johnson Road, Charleston, SC 29412, has a requirement for Full Service and Preventative Maintenance for Items 0001-0010 as shown below. The period of performance for the service agreement shall be on or about August 24, 2009 through August 23, 2010 with 4 one (1) year option periods. Schedule of Supplies/Services: Item No. 0001: Base Year (August 24, 2009 - August 23, 2010); Twelve (12) Months - Full Service and Preventative Maintenance Agreement for a MoFlo Console S/N 1340. Item No. 0002: Base Year (August 24, 2009 - August 23, 2010); Twelve (12) Months - Full Service and Preventative Maintenance Agreement for an Avanti J-20XPI Centrifuge S/N JX104G03. Item No. 0003: Option Period One (August 24, 2010 - August 23, 2011); Twelve (12) Months - Full Service and Preventative Maintenance Agreement for a MoFlo Console S/N 1340. Item No. 0004: Option Period One (August 24, 2010 - August 23, 2011); Twelve (12) - Full Service and Preventative Maintenance Agreement for an Avanti J-20XPI Centrifuge S/N JX104G03. Item No. 0005: Option Period Two (August 24, 2011 - August 23, 2012); Twelve (12) Months - Full Service and Preventative Maintenance Agreement for a MoFlo Console S/N 1340. Item No. 0006: Option Period Two (August 24, 2011 - August 23,2012); Twelve (12) Months - Full Service and Preventative Maintenance Agreement for an Avanti J-20XPI Centrifuge S/N JX104G03. Item No. 0007: Option Period Three (August 24, 2012 - August 23, 2013); Twelve (12) Months - Full Service and Preventative Maintenance Agreement for a MoFlo Console S/N 1340. Item No. 0008: Option Period Three (August 24, 2012 - August 23, 2013); Twelve (12) Months - Full Service and Preventative Maintenance Agreement for an Avanti J-20XPI Centrifuge S/N JX104G03. Item No. 0009: Option Period Four (August 24, 2013 - August 23, 2014); Twelve (12) Months - Full Service and Preventative Maintenance Agreement for a MoFlo Console S/N 1340. Item No. 0010: Option Period Four (August 24, 2013 - August 23, 2014); Twelve (12) Months - Full Service and Preventative Maintenance Agreement for an Avanti J-20XPI Centrifuge S/N JX104G03. STATEMENT OF WORK: The Hollings Marine Laboratory, 331 Fort Johnson Road, Charleston, SC 29412, has a requirement for a full service and preventative maintenance agreement for a MoFlo Console (S/N 1340) and Avanti Centrifuge (Model No. J-20XPI, S/N JX104G03). Service shall include system parts, labor and travel for unlimited service calls, one (1) preventative maintenance inspection, guaranteed seventy-two (72) hours response to on-site services (8:00AM - 5:00PM) Eastern Standard Time, Monday-Friday excluding holidays, unlimited toll-free telephone support for engineering technical and operational questions and notification of engineering and software updates. The service calls and preventative maintenance inspection should be completed by professional field service engineers. All work performed under this order shall be performed by qualified engineers with manufacturer's factory training on the specific mode of the instrument. Sufficient personnel must be assigned to the region to ensure rapid response and personnel back-up at all times. All work performed under this order shall be performed by a licensed contractor who is able to do business in the state of South Carolina. Guarantee of Work Contractor shall guarantee all work and agree to remedy, at its own expense, any defects caused by poor workmanship or materials. Qualifications Work must be completed observing all federal, state, and local laws and regulations. The Contractor shall perform work in a manner that conforms to all appropriate Environmental Management Programs and Operational controls identified by the agency, organizational, or facility EMS, and provide monitoring and measurement information as necessary for the organization to address environmental performance relative to the environmental, energy, and transportation management goals. In the event an environmental nonconformance or noncompliance associated with the contracted services is identified, the Contractor shall take corrective and/or preventative actions. In the case of a noncompliance, the Contractor shall respond and take corrective action based on the time schedule established by the EMS Site Coordinator. In addition, the Contractor shall ensure that their employees are aware of the roles and responsibilities identified by the environmental management system and how these requirements affect their work performed under this contract. Security The Certification and Accreditation (C&A) requirements of Commerce Acquisition Regulation Clause 1352.239-73 does not apply, and a Security Accreditation Package is not required. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference with the same force and effect as if they were given in full text: FAR 52.212-1 Instructions to Offerors-Commercial Items (June 2008) with addenda; Addenda to FAR 52.212-1 Instructions to Offerors-Commercial Items (June 2008): 1. In addition to the requirement submissions outlined in FAR 52.212-1, the following instructions are also applicable. NOTICE TO OFFERORS a. Submission of Past Performance Data Past Performance information consisting of contact information of three references of prior work which is of a similar nature and complexity. The offeror shall provide customer name, point of contact, address, verified telephone number and include a brief description of relevant work experience, when supplied to customer and applicable contract number. The Government reserves the right to contact any Government and private source in addition to those included with offeror quotes. If no past performance information, the contractor shall so state the absence of relevant past performance. The offeror shall send a performance questionnaire (Attachment 0001) to the selected references. The references shall return the completed questionnaire to the Contracting Officer at the same address as solicitation delivery. Completed questionnaires are due by the solicitation due date. b. Pricing The Government expects that this contract will be awarded based on adequate price competition. Provide a yearly unit price for full service and maintenance services for each performance period listed in the Schedule of Supplies/Services (Items 0001-0010). You must quote a price for the initial base period as well as the option periods in order to be considered for award. A single award will be made. Therefore, offerors must quote on all items in order to be considered for award. FAR 52.212-2 Evaluation-Commercial Items (Jan 1999) FAR 52.212-3 Offeror Representations and Certification-Commercial Items (June 2009) NOTE: Offerors may include paragraph (b) through (k) with quote OR enter electronically at https://orca.bpn.gov/ and submit paragraph (f) with quote. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Mar 2009) with Addenda: Addenda to FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Mar 2009): CAR 1352.201-70 Contracting Officer's Authority (Mar 2000) CAR 1352.201-71 Contracting Officer Technical Representative (COTR) (Feb 2005) (To be provided in contract award) CAR 1352.209-72 Restrictions Against Disclosure (Mar 2000) CAR 1352.209.73 Compliance With The Laws (Mar 2000) CAR 1352.216-70 Contract Type (Mar 2000) (Fill-in: Firm-Fixed Price' Base Year July 21, 2009 through July 20, 2010; Four One (1) year Option Periods. CAR 1352.233-70 Harmless From Liability (Mar 2000) CAR 1352.233-71 Service of Protests (Mar 2000) (Fill-in: Department of Commerce, NOAA, ERAD, Attn: Sandra Bennett, 200 Granby Street, 8th Floor, Norfolk, VA 23510) CAR 1352.237.72 Security Processing For Contractor/Subcontractor Personnel Working On A Department of Commerce Site (Low Risk Contracts) (Dec 2006) CAR 1352.237.73 Security Requirements For Information Technology Resources (Oct 2006) CAR1352.252-71 Regulatory Notice (Mar 2000) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial items (June 2009) (Fill-in: Part B, Check items 1, 2, 3, 19, 20, 21, 22, 23, 24, 29, 31, 32 Alt I, 33, 34, and 39 FAR 52.217-5 Evaluation of Options (July 1990) FAR 52.217-8 Option To Extend Services (Nov 1999) (Fill-in: 2 weeks) FAR 52.217-9 Option To Extend The Term of The Contract (Mar 2000) (Fill-in: a) 30 days; b) 30 days; c) 5 years). FAR 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008); FAR 52.245-1 Government Property (Jun 2007); FAR 52.245-9 Use and Charges (Jun 2007); FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998); FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998); Upon request, the Contracting Specialist will make their full text available. Also, the full text of a clause may be accessed electronically at the/these addresses: http://www.gov/far and http://oam.ocs.doc.gov/CAPPS_car.html. In order to comply with the Debt Collection Improvement Act of 1996, 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. Additionally each offeror must obtain, and provide with the quote, their nine-digit Dun and Bradstreet (DUNS) number. All responsible sources may submit a quotation which shall be considered by the agency. Evaluation will be in accordance with FAR 52.212-2 Evaluation-Commercial Items (Jan 1999). Award will be made to the responsible, responsive offeror whose offer will result in the lowest acceptable price. Quotes must be submitted in writing to the Eastern Region Acquisition Division, 200 Granby Street, Room 815, Norfolk, Virginia 23510 by close of business (Eastern Standard Time) Tuesday, August 11, 2009. Offers may be faxed to 757-441-3786 or sent electronically to Sandra.Bennett@NOAA.Gov. Anticipated award date is on or about August 14, 2009. Quotes are to remain effective for 60 days after close of solicitation. Contractors are encouraged to register with the FedBizOpps Vendor Notification Service. Potential offerors may direct all inquiries pertaining to the solicitation in writing to Sandra.Bennett@NOAA.Gov or faxed to 757-441-3786. Telephonic requests will not be honored.  
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/EA133C-09-RQ-0790/listing.html)
 
Place of Performance
Address: US Department of Commerce/NOAA, National Ocean Service, The Hollings Marine Laboratory, 331 Fort Johnson Road, Charleston, South Carolina, 29412, United States
Zip Code: 29412
 
Record
SN01900819-W 20090807/090806002149-ba840fae949f034f2c7177574f0abc38 (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.