Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2012 FBO #3886
SPECIAL NOTICE

J -- Notice of Intent to Award a Sole-Source Contract

Notice Date
7/13/2012
 
Notice Type
Special Notice
 
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
FDA1105570
 
Archive Date
8/2/2012
 
Point of Contact
Tomeka Evans, Phone: 3018277168
 
E-Mail Address
Tomeka.Evans@fda.hhs.gov
(Tomeka.Evans@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Food & Drug Administration intends to issue a sole-source purchase order to Nanosight, Ltd for a maintenance agreement (MA) for the Nanoparticle Characterization System (Catalog/Serial Number: LM10HSBF). The MA includes one (1) preventive maintenance visits, troubleshooting, and repairs. Technical Requirements Maintenance Agreement provides coverage on the following devices: microscope, high resolution camera, sample chamber containing a LED laser, computer + software for analysis of size distribution. Service includes the following: - Phone and email technical support, free of charge. - One (1) Preventive Maintenance (PM) visit per year, which will recalibrate, clean, and align the device for long-term reliability, may also include software upgrades as needed. - Includes all parts, labor, and travel to repair device • All services and repairs shall be performed by a trained specialist certified by manufacturer at the customer's facility. • All repairs shall be done with only new and genuine parts • All maintenance and repair activities shall be accomplished in accordance with Original Equipment Manufacturer (OEM) specifications. • The contractor of the service agreement plan shall perform all necessary repair service and standard preventative maintenance of the system or otherwise correct any material reproducible failure or malfunction if it represents a substantial nonconformity with the OEM current published specifications for the Instrument and the government determines and notifies the contractor that such error or malfunction substantially interferes with the normal use of the Instrument. All labor, travel and parts are included. Replaced products, components or subassemblies will be new. • If the contractor is unable to repair the equipment to the OEM performance standards and/or obtain OEM parts and the OEM repair services are needed this cost will be borne by the contractor. • Service Records and Reports Anticipated Period of Performance The period of performance should last one (1) year from the determined start-date. Base Period of Performance: 08/01/2012 thru 07/31/2013 Option Year #1 Period of Performance: 08/01/2013 thru 07/31/2014 Option Year #2 Period of Performance: 08/01/2014 thru 07/31/2015 Option Year #3 Period of Performance: 08/01/2015 thru 07/31/2016 Place of Performance Work shall be performed on-site at the location of the instrument: Award will be made in accordance with Federal Acquisition Regulation (FAR) Part 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements using Simplified Acquisition Procedures per FAR Part 13. Nanosight, Ltd is the original equipment manufacturer and only known company that has the propriety data and certified technicians necessary to perform the services. This notice of intent is not a request for competitive quotes. However, all responsible sources may submit a capability statement within five (5) days after the publication of this synopsis which shall be considered by the agency. Responses received after 5 days or without the required information may not be considered. A determination by the Government not to compete as a result of information received is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. For information concerning this acquisition, contact Tomeka Evans, Contract Specialist at tomeka.evans@fda.hhs.gov or call (301) 827-7168.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA1105570/listing.html)
 
Place of Performance
Address: Work shall be performed on-site at the location of the instrument, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02802615-W 20120715/120713235322-46478e1276e8567c2fcc45af02432647 (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.