Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2010 FBO #3213
SOLICITATION NOTICE

J -- Service and Preventative Maintenance

Notice Date
9/9/2010
 
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 Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
FDA-1077883
 
Point of Contact
Jacqueline Richardson, Fax: 301-827-7151, Kimbalynn Dieng, Fax: 301-827-7151
 
E-Mail Address
jacqueline.richardson@fda.hhs.gov, Kimbalynn.Dieng@fda.hhs.gov
(jacqueline.richardson@fda.hhs.gov, Kimbalynn.Dieng@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, simplified acquisition procedures and the resultant purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 05-43. This announcement constitutes the only solicitation and a written solicitation will not be issued. This combined synopsis/solicitation, NAICS code 811219, is to notify contractors that the government intends to issue a Firm Fixed Price Contract in accordance with FAR Part 13.106 for the following specifications, under the simplified acquisition procedures. This action is designated as full and open for a Base and two option years (if exercised). 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 solicitation. The Government reserves the right to award a purchase order/contract without discussions if the Contracting Officer determines that the initial offer(s) is/are providing the Best Value and discussions are not necessary. This solicitation is issued as a Request for Quotes (RFQ). The Food and Drug Administration (FDA) intends to award a Full Service and preventative maintenance purchase order for five (5) pre-existing AB Sciex instruments. Specifications in reference to this solicitation are listed as follows: SPECIFICATIONS: Statement of Work The Office of Regulatory Science requires the procurement of a service contract to cover the maintenance and repair of five AB Sciex instruments within our Office. These instruments are as follows: 1. API 5500Q linear trap triple quadrupole mass spectrometer (serial number AU21040909) 2. API 5000 triple quadrupole mass spectrometers (Serial number AG012690607) 3. API 4000 QTrap triple quadrupole linear ion trap instrument (serial number U016410605) 4. API 2000 Triple quadrupole mass spectrometer (S/N B5070208) 5. Applied Biosystems 4800 TOF/TOF MS system (serial number AK011120606). These instruments are used in the development of methods for food safety, food defense and dietary supplements programs. Because they are state-of-the-art instrumentation, they are highly computer controlled. The warranty period has expired, and we require rapid turn around on these repairs, we request the purchase of a service contract to cover these instruments. The Service and PM shall allow us to schedule immediate repairs on these five instruments and cover parts and labor. All of the five instruments noted above shall be covered under the service agreement. Preventive maintenance and spare parts shall also be obtained under this contract. Replacement parts shall be new, the contractors shall be able certified in repairing AB Sciex equipment and have access to the core instrument control features and diagnostics on these systems. Requirements a. Service and Preventive Maintenance Account i. To cover preventive maintenance visits, service calls, repairs 2 day turnaround for the following instruments: 1. API 5000 Triple Quadrupole (S/N AG012690607) 2. API 4000 Qtrap Triple Quadrupole/linear trap (S/N U016410605) 3. AB 4800 TOF/TOF instrument (S/N AK011120606) 4. API 5500Q, serial number AU21040909 5. API 2000 Triple quadrupole mass spectrometer (S/N B5070208) ii. Preventive Maintenance: If undertaken, preventive maintenance visits will cover 1. The engineer discusses the overall system performance with the customer and records comments on the PM document 2. Check the turbopump and roughing top operational values i.e. temperature, current, voltage, power, and driving frequency 3. Verify the vacuum gauge filament position 4. Check the vacuum pressure at zero CAD and 12 CAD 5. Check for front end contamination 6. Perform the pre-PM testing through all applicable scan modes 7. Replace the roughing pump oil, inspect the oil exhaust filter and replace if necessary 8. Replace the instrument air filters 9. Remove the dust from the turbopump air filter 10. Check the operation of the bench cooling fans 11. Remove and clean the person plate, orifice plate. If necessary clean Q. jet and Q0 12. Perform ion source maintenance, verify both sets of heaters reach temperature 13. Check the vacuum pressure at zero CAD and 12 CAD 14. Check the RF tuning voltage 15. Check the detector will bridge 16. Perform post-PM testing through all applicable scan modes 17. Clean the cache and temp files, check for adequate disk space 18. Backup analyst software files 19. Defragment hard drive iii. To cover spare parts and software upgrades for these systems b. Technical requirements for service i. All service must be provided by technicians and service engineers who have been certified by AB Sciex and have full access to all features and elements of their systems. ii. All parts used in these repairs must be certified by AB Sciex for use in their instruments Site Location: All instruments are located at: Office of Regulatory Science US FDA/CFSAN 5100 Paint Branch Parkway College Park, MD 20740 Period of Performance: A Base and Two (2) One (1) year options (if exercised) EVALUATION AND AWARD: A. The offeror must be able to service the specified instruments with personnel that are certified by the instrument vendor (AB Sciex) as qualified to perform maintenance and repairs on the specific instrument. The offeror must be able to provide service personnel that have access to all functions on the instrument, including features that have access restricted by software protection. The offeror must be able to provide vendor certified parts for all maintenance and repairs. B. Ther offeror must be able to perform all functions in the preventive maintenance list outlined in the technical specifications. C. The offeror must offer a limited warranty of some type on parts and labor. The Government intends to evaluate proposals and, if necessary conduct discussions with all responsible offerors within the competitive range. The award will be made to the offeror whose proposal conforms to the terms and conditions of the solicitation and award may be made to other than the lowest priced. Relative importance and trade-offs. The Government will base the determination of best value on performance and evaluation factors as identified above. CCR: Vendors must be registered in the Central Contractor Register (CCR) prior to the award of a contract. You may register by going to www.ccr.gov. You will need your Dun & Bradstreet number and banking information. QUESTIONS DEADLINE: All questions are to be submitted via email to jacqueline.richardson@fda.hhs.gov no later than September 14, 2010 9:00 am ET. QUOTATIONS DUE: All quotations are due, via email to: jacqueline.richardson@fda.hhs.gov, no later than 9:00 am, ET on September 15, 2010. PROVISIONS and CLAUSES: The provision at FAR 52.212-1, Instructions to Offerors Commercial Items applies to this solicitation. The following agenda has been attached to this provision: None. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items. The clause at FAR 52.212-4, Contract Terms and Conditions, Commercial Items applies to this acquisition. The following agenda has 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 FAR clauses cited are applicable: FAR 52.217-8, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, and FAR 52.232-33, FAR 52.217-9 Option to Extend the Term of the Contract. Clauses and provisions are incorporated by reference and apply to this acquisition. Responses to this notice must be sent via email to jacqueline.richardson@fda.hhs.gov. No phone calls will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-1077883/listing.html)
 
Place of Performance
Address: 5630 Fisher, Rockville, Maryland, 20857, United States
Zip Code: 20857
 
Record
SN02274888-W 20100911/100909235926-0057d0ac040fab838bfac00babc19dc2 (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.