Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2012 FBO #3816
SOLICITATION NOTICE

J -- Service Maintenance on a Tecan Centrifuge - Package #1

Notice Date
5/4/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Other Defense Agencies, TRICARE Management Activity, USUHS CONTRACTING OFFICE, 4301 JONES BRIDGE ROAD, Bethesda, Maryland, 20814-4799, United States
 
ZIP Code
20814-4799
 
Solicitation Number
HT9404-12-Q-X517
 
Archive Date
5/24/2012
 
Point of Contact
Ruthie Washington, Phone: 301-295-1377
 
E-Mail Address
Clarinda.Washington@usuhs.edu
(Clarinda.Washington@usuhs.edu)
 
Small Business Set-Aside
N/A
 
Description
Provisions and Clauses Statement Of Work (SOW) The Uniformed Services University of the Health Sciences (USU), located in Bethesda, MD, has a requirement for continued service maintenance on an existing Tecan Centrifuge. The vendor shall provide preventive maintenance and repair of the centrifuge, which is utilized for scientific research by faculty and students at USU. Additional information regarding USU and its mission can be found on our website: www.usuhs.mil. Instrument: FREEDOM EVO 200/8 BASIC, ROMA ARM, POS ID, AND CENTRIFUGE, SN: 580 This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 12.6, 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. This is a request for quotes (RFQ) for commercial items in accordance with the procedures of FAR Part 12 - Acquisition of Commercial Items and FAR Part 13 - Simplified Acquisition Procedures. It is the responsibility of the contractor to monitor FedBizOpps (http://www.fbo.gov) for the issuance of any amendments to the solicitation. This RFQ incorporates all provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-58. See attached provisions and clauses. Offerors must complete FAR 52.222-48 Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification and include a completed certification with your quote. To be eligible for contract award, a contractor must be registered in the Central Contractor Registration (CCR) database (www.ccr.gov) and the Online Representations and Certifications Application (ORCA) (https://orca.bpn.gov/) by the close date of this solicitation. EVALUATION FACTORS The government intends to award a single firm-fixed priced (FFP) purchase order to the offeror representing the best value to the government based on the evaluation factors listed below. Evaluation factors are listed in order of importance, with most important listed first. The government will conduct a trade-off between price and non-price factors. The Government is not required to award to the lowest priced offeror or the highest technically rated offeror. The government reserves the right to award without discussions. • Technical Approach: Offerors are required to submit their technical approach to meeting the requirements outlined in the statement of work. Offerors must display a clear understanding of the requirements. Offerors will provide a technical proposal that details what is covered in the service agreement. Details should include, at a minimum, scheduled and emergency service, hours of operation, labor and travel charges, and the number of preventative maintenance inspections per year. Quotes submitted by offerors who fail to demonstrate a clear understanding of the requirement will not be considered further. Quotes submitted by offerors that include the following statement, or similar, without any supporting information, may be determined to not have a clear understanding of the requirement and may not be considered: "The offeror understands the requirements and the submitted quote has met all stated objectives." • Corporate Experience: Offerors are required to provide a narrative of their corporate experience in providing maintenance support on Tecan centrifuges). • Past Performance: The Government shall evaluate the offeror's present and past performance on similar tasks within the past three years. Offerors must provide two (2) customer references for similar work performed. The Government reserves the right to select which reference(s) to contact. The following must be provided for each listed reference: a. Name of client and address b. Name of current point of contact including telephone number, e-mail address and title c. Contract number d. Contract value e. Contract period of performance f. A clear description of the supplies/services provided USU may request additional information at any time. Offerors will have an opportunity to address any adverse past performance history. Offerors who do not have any past performance history will not be rated favorably or unfavorably, but will instead receive a Neutral/Unknown rating for past performance. Offerors must clearly state in their quote if they do not have at least two (2) past performance references. Failure to provide this information may render an offeror's quote non-responsive and may not be considered for award. A strong history of relevant past performance may be more advantageous to the Government than a less relevant record of favorable performance. The Government reserves the right to use data provided by the offeror and data provided by alternative sources in conducting its assessment. • Price: Offerors must include all applicable costs (Example: Components, Shipping) in their quote. The total quoted price for all components will be the evaluated price. For price analysis purposes, offerors must provide a price breakout of the number of proposed hours for each labor position and loaded bill rates. The resultant award will be a firm fixed price (FFP) order. The period of performance is as follows: Base Year: May 15, 2012 through May 14, 2013 (Estimated) USU is part of the Department of Defense and is tax exempt. A copy of our tax exempt certificate will be provided to the selected offeror. Do not include taxes in your quoted price. USUHS reserves the right to award without discussions. All questions must be submitted by email to clarinda.washington@usuhs.edu. Questions must be received by COB on Monday, May 7, 2012. Responses to questions will be addressed as an amendment to the RFQ. No questions will be answered over the phone. Quotes shall be accepted by email only. No other method of submission will be accepted. Email all quotes to clarinda.washington@usuhs.edu. Quotes must be received by 11:00 AM (EST) on Wednesday, May 9, 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/62dfc5cf5cf7340d72111f10ccfc72e3)
 
Place of Performance
Address: Armed Forces Radiobiology Research Institute, 8901 Wisconsin Avenue, Bldg 42, Bethesda, Maryland, 20889, United States
Zip Code: 20889
 
Record
SN02739394-W 20120506/120504234907-62dfc5cf5cf7340d72111f10ccfc72e3 (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.