Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2010 FBO #3214
SOLICITATION NOTICE

J -- Service and Preventative Maintenance

Notice Date
9/10/2010
 
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-SOL-1075467
 
Archive Date
9/30/2010
 
Point of Contact
Linda Troutman-Robinson, Phone: 3018277168, Doreen Williams, Phone: 3018273366
 
E-Mail Address
linda.troutman@fda.hhs.gov, doreen.williams@fda.hhs.gov
(linda.troutman@fda.hhs.gov, doreen.williams@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
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 competition for a Base and two 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. Supplies and Services and Price/Costs: The government anticipates a firmed fixed contract for Service and Preventative Maintenance and 2 one year optional service. 1. Base Year - Service and Preventative Maintenance Agreement for AV SingleBay2 Channel 500 (serial number BH087208) 2. Option Year 1 - Service and Preventative Maintenance Agreement 3. Option Year 2 - Service and Preventative Maintenance Agreement Part 3: Requirements: The Food and Drug Administration (FDA) intends to award a Full Service and preventative maintenance purchase order for one (1) pre-existing Bruker Biospin Corporation instrument AV SingleBay 2 Channel 500 and 2 one year optional service and preventative maintenance agreement. The instrument is used to identify compounds and designer drugs. Because the instrument is a state-of-the-art instrument, it is 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 one instrument and cover parts and labor. The 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 and the contractors shall be certified in repairing Bruker Biospon AV SingleBay2 Channel 500 equipment and have access to the core instrument control features and diagnostics on these system. Functional Specifications: 1. Contractor shall provide telephone and onsite support. 2. Contractor shall provide coverage on all non consumable items and parts supplied including the electronics console, superconducting magnet, autosampler, computer, monitor, uninterruptible power supply, and two high resolution NMR probes. 3. Contractor shall replacement parts, materials, labor and travel costs shall be included. phone support to isolate and resolve hardware problems shall be included. Software updates and notifications shall be included. 4. All replacement parts must be factory certified to meet or exceed factory specifications. 5. The regular services performed on site shall be Monday through Friday, 9:00 am to 5:30 p.m., Eastern Standard Time. 6. Contractor shall provide labor for one Preventive Maintenance visit for the covered equipment for each twelve months of the term of this contract. Technical requirements: 1. All service must be provided by technicians and service engineers who have been certified by Bruker Biospin Corporation and have full access to all features and elements of their systems. 2. All parts used in these repairs must be certified by Bruker Biospin Corporation for use in their instruments. Site Location: Food and Drug Administration Forensic Chemistry Center 6751 Steger Drive, Cincinnati, OH 45237 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 (Bruker Biospin Corporation) 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 Linda.Trorutman@fda.hhs.gov no later than September 14, 2010 9:00 a.m. ET. QUOTATIONS DUE: All quotations are due, via email to: Linda.Troutman@fda.hhs.gov, no later than 9:00 a.m, 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 Linda.Troutman@fda.hhs.gov No phone calls will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-SOL-1075467/listing.html)
 
Place of Performance
Address: Food and Drug Administration, Forensic Chemistry Center, 6751 Steger Drive, Cincinnati, OH 45237, Cincinnati, Ohio, 45237, United States
Zip Code: 45237
 
Record
SN02276261-W 20100912/100910235432-2f1f7f8390b358fef0355a334367240b (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.