Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2010 FBO #3036
SOLICITATION NOTICE

J -- Maintenance Services for Industrial Rack Washers/Tunnel Washers

Notice Date
3/16/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
RFQ-1068798
 
Archive Date
4/15/2010
 
Point of Contact
Christopher E. Cunningham, Phone: 301-827-7185, Doreen Williams, Phone: 301-827-3366
 
E-Mail Address
christopher.cunningham@fda.hhs.gov, doreen.williams@fda.hhs.gov
(christopher.cunningham@fda.hhs.gov, doreen.williams@fda.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Parts 12.6 and 13. This announcement constitutes the only solicitation and a written solicitation will not be issued. This combined synopsis/solicitation; NAICS code 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance as RFQ #1068798, is to notify contractors that the government intends to award a Firm Fixed-Price Purchase Order in accordance with FAR Part 13.106 for the following statement of work (SOW), under simplified acquisition procedures. This requirement is a 100% Small Business set-aside. Prospective offerors are responsible for downloading the solicitation and any amendments. It is the offeror's responsibility to monitor the FedBizOpps website for the release of any amendments to this RFQ. Purpose: The Food and Drug Administration, Center for Biologics Evaluation & Research (CBER), has a need for maintenance services for cage washing equipment for lab animals. Background: The CBER animal care program must maintain acceptable clean living conditions for animals. It is imperative that our sanitation equipment is operational at all times. Non operational equipment would greatly impair our ability to maintain the program within AAALAC standards for CBER laboratory animals. This would directly impact the ongoing animal studies by posing variables of stress due to living conditions. The equipment listed in the SOW is no longer in production and all parts are no longer in production and possibly obsolete. These machines have been retrofitted/refurbished 3 years ago. They were designed and upgraded to perform their functions automatically. A computer system was installed that has fully automated all timed functions of washing, rinsing and adding and neutralizing chemicals within the machines. The Industrial Rack Washer was redesigned incorporating improved steam containment within the machine and an improved exhaust system. Period of Performance: One base year with four (4) one year option periods. Statement of Work: One (1) scheduled preventative maintenance every quarter for the equipment listed. Service calls consist of an inspection of all equipment listed. All labor for inspections, adjustments, and installation of parts (excluding major repairs) during regularly scheduled service calls shall be included. The Contractor shall include labor for emergency service calls between regular service calls. Emergency service shall be provided within 24 hours of notification. Equipment List: • One (1) 1983 model Industrial Rack Washer, Location: Nicholson Lane Research Facility (NLRC) • Two (2) 1984 model (Vernitron) Better Built model # 6200 unit 1 and 2 rack washers; serial numbers 6301-12-8408 & 6300-13-8408; Location: CBER NIH Campus Bldg. 29A • One (1) 1983 model Basil Equipment Co. model SL6030 tunnel washer; Location: CBER NIH Campus Bldg. 29A Contractor shall provide the Quarterly Preventative Maintenance Schedule to the Project Officer at the beginning of each contract year. Quality Control: The Contractor shall be solely responsible for the quality of their work. All work shall be completed by adhering to all Federal, EPA, State, Local, City, County, NEC, NFPA, ASME and OSHA safety procedures and security rules and regulations. Reports: The Contractor shall provide reports of the Preventative Maintenance performed, repairs, and emergency service call repair orders to the Project Officer. Price Quotation: Pricing shall include emergency service calls between regular service calls. Technical Evaluation Elements: (Must provide a response) 1. The Offeror shall demonstrate the ability to provide Certified Trained Service Technicians who will be servicing these washers. 2. The Offeror shall demonstrate the ability to provide Certification data for the calibration of the equipment. 3. The Offeror shall demonstrate the ability to provide all of the parts and materials for the equipment listed (Original Equipment Manufacturer or refurbished/retrofitted that meet or exceed the specifications for new O.E.M.) 4. Relevant Experience with refurbished/retrofitted equipment. The Government reserves the right to make award if the Contracting Officer determines that the initial offer(s) is/are providing the Best Value. The Government is more concerned with obtaining performance capability superiority rather than lowest overall cost. However, the Government will not make an award at a significantly higher overall cost to the Government to achieve only slightly superior performance. Overall cost to the Government may become the ultimate determining factor for award of a contract as quotations become more equal based on the other factors. CCR: Vendors must be registered in the Central Contractor Register (CCR) prior to the award of a contract. You may register by going to http://www.ccr.gov. You will need your Duns & Bradstreet number and banking information. QUESTIONS DEADLINE: All questions are to be submitted via email to Christopher.Cunningham@fda.hhs.gov no later than Monday March 22, 2010, 12:00pm EST. QUOTATIONS DUE: All quotations are due, via email to: Christopher.Cunningham@fda.hhs.gov no later than 12:00pm, EST on Wednesday March 31, 2010. ANTICIPATED AWARD DATE: The anticipated award date is on or about April 2, 2010; however, all dates in this announcement are subject to change. PROVISIONS and CLAUSES: The provision at FAR 52.212-1, Instructions to Offerors Commercial Items. FAR 52.212-3, Offeror Representations and Certifications Commercial Items, 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, FAR 52.217-9 Option to Extend the Term of the Contract, FAR 52.232-33 Payment by Electronic Funds Transfer—Central Contractor Registration. Clauses and provisions are incorporated by reference and apply to this acquisition. Responses to this notice must be sent via email to Christopher.Cunningham@fda.hhs.gov No Phone Calls Will Be Accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/RFQ-1068798/listing.html)
 
Place of Performance
Address: 8800 Rockville Pike, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02094055-W 20100318/100316235738-01c0b93aef783f1b11d3c213fd8a9958 (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.