Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 19, 2010 FBO #3282
SOLICITATION NOTICE

J -- Service Agreement Covering ABI 3730 DNA Analyzer

Notice Date
11/17/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
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
1081823
 
Archive Date
12/9/2010
 
Point of Contact
Howard Nesmith, Phone: 870-543-7459
 
E-Mail Address
howard.nesmith@fda.hhs.gov
(howard.nesmith@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The government intends to issue a Purchase Order in accordance with FAR PART 13.106 for the attached requirement under Simplified Acquisition Procedures. The solicitation number is 108123. This solicitation is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-38. The associated North American Industry Classification System (NAICS) Code is-34516- Analytical Laboratory Instrument Manufacturing; Small Business Size Standard is 500 in number of employees. Offerors are responsible for delivery in person, by mail, fax, e-mail or delivery providers their completed proposal and any additional documents before 10:00 AM (Central Standard Time - Local Prevailing Time in Jefferson, Arkansas) on November 24, 2010 to the Attention of Howard Nesmith at the Food and Drug Administration, OC/OSS/OAGS, 3900 NCTR Road, Jefferson, AR 72079-9502. When appropriate, Offerors should consult with delivery providers to determine whether their documents will be delivered prior to the scheduled time. For information regarding this solicitation, please contact Howard Nesmith @ (870) 543-7459, FAX (870) 543-7990, e-mail howard.nesmith@fda.hhs.gov. The Food and Drug Administration is soliciting for: • Item #1 Service Agreement Covering ABI 3730 DNA Analyzer Performance Period: 12/11/10 - 12/10/11 Unit Price tiny_mce_marker________ Extended Price tiny_mce_marker_______ • Item #2 Service Agreement Covering ABI 3730 DNA Analyzer Performance Period: 12/11/11 - 12/10/12 Unit Price tiny_mce_marker________ Extended Price tiny_mce_marker_______ • Item #3 Service Agreement Covering ABI 3730 DNA Analyzer Performance Period: 12/11/12 - 12/10/13 Unit Price tiny_mce_marker________ Extended Price tiny_mce_marker_______ • Item #4 Service Agreement Covering ABI 3730 DNA Analyzer Performance Period: 12/11/13 - 12/10/14 Unit Price tiny_mce_marker________ Extended Price tiny_mce_marker_______ Service Contract to Include: 1. Parts, labor and travel for remedial repair. 2. No charge for planned maintenance visits. The number of planned maintenance visits estimates will be performed during the plan period. 3. Guaranteed priority response time of 2 business days after receipt of a service call for instruments located. If Contractor fails to arrive at the instrument location within 2 business days for reasons other than customer's failure to provide access to instrument or causes beyond the reasonable control of Contractor, Contractor will provide customer a service plan renewal credit in an amount equivalent to one day's pro-rated charge for each day Contractor's response is late. 4. Target response time of 3 business days for remedial repairs. Contractor shall use reasonable efforts to respond within 3 business days from receipt of a service call. 5. Priority telephone and email access to instrument technical support. 6. Telephone and email access to application technical support. 7. Remote monitoring, which provides for notification to customer of instrument failures or errors that are reported by Contractor's services monitoring software. FOB Destination - U.S. Food and Drug Administration, National Center for Toxicological Research, 3900 NCTR Road, Jefferson, AR 72079-9502. *** PRICE QUOTED MUST INCLUDE SHIPPING & HANDLING & NOT *** *** LISTED AS A SEPARATE LINE ITEM OR ADDED LATER *** Contract Type - Commercial Item - Firm fixed price. Simplified procurement procedures will be utilized. An official authorized to bind the Offeror must sign the terms and conditions of the offer. Offerors that fail to furnish required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. CCR REQUIREMENT - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items applies to this solicitation. The provision at FAR 52.212-2 Evaluation-Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (1) of that provision are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability of the items offered to meet the Government's requirement. (ii) Price. The government will award the purchase order to the lowest price technically acceptable quote. Technical acceptability will be determined by review of information submitted by the quoter which must provide a description in sufficient detail to show that the product/service quoted meets the Government's requirement. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure information is available, vendors must furnish as part of their proposal all descriptive material necessary for the government to determine whether the service meets the technical requirements. Quotes shall include technical specifications, descriptive material, literature, brochures and other information corresponding to each minimum required item, which demonstrates the capabilities of the offeror. The Provision at FAR 52.212-3, Offerors Representations and Certifications-Commercial Items, applies to this acquisition. An offeror shall complete only paragraph (b) of the provision if the offeror has completed the annual representations and certification electronically at http://orca.bpn.gov. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to the clause: None. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-3, 52.225-13, and 52.232-33. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.arnet.gov. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. A standard commercial warranty on parts and workmanship is required. The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/1081823/listing.html)
 
Place of Performance
Address: U.S. Food and Drug Administration, National Center for Toxicological Research, 3900 NCTR Road, Jefferson, Arkansas, 72079, United States
Zip Code: 72079
 
Record
SN02328769-W 20101119/101117234042-45268957d09940623f49efffebef1e00 (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.