Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2014 FBO #4675
MODIFICATION

J -- OPTION - Maintenance Services & Support for the Thermo Delt V Advantage Isotope Ratio Mass SPectrometer (IRMS)

Notice Date
9/10/2014
 
Notice Type
Modification/Amendment
 
Contracting Office
2008 Stump Neck Road, Indian Head, MD 20640
 
ZIP Code
20640
 
Solicitation Number
1300445669
 
Response Due
9/10/2014
 
Archive Date
3/9/2015
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT NOTICE:This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is 1300445669 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-76. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500.00 employees.This requirement is unrestricted and only qualified offerors may submit quotes.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2014-09-10 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be in the Statement of Work. The NAVSEA NSWC - IHEODTD requires the following items, Purchase Description Determined by Line Item, to the following: Base Period of Performance: 09/15/2014 - 09/14/2015 LI 001: Anual Maintenance Service & Support for the Thermo Delta V Advantage Isotope Ratio Mass Spectrometer (IRMS) See attahced Statement of Work (SOW) POP 15 Sept 2014 - 14 Sept 2015, 1, Year; Option 1 Period of Performance: 09/15/2015 - 09/14/2016 LI 001: Maintenance Service & Support for the Thermo Delta V Advantage Isotope Ratio Mass Spectrometer (IRMS) See attahced Statement of Work (SOW) POP 15 Sept 2015 - 14 Sept 2016, 1, Months; Option 2 Period of Performance: 09/15/2016 - 09/14/2017 LI 001: Maintenance Service & Support for the Thermo Delta V Advantage Isotope Ratio Mass Spectrometer (IRMS) See attahced Statement of Work (SOW) POP 15 Sept 2016 - 14 Sept 2017, 1, Year; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, NAVSEA NSWC - IHEODTD intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. NAVSEA NSWC - IHEODTD is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Security Requirements. Reporting Executive Compensation and First-Tier Subcontract Awards. Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. Notice of Price Evaluation Preference for HUBZone Small Business Concerns. Notice of Total Small Business Set-Aside. Post-Award Small Business Program Rerepresentation. Convict Labor. Child Labor-Cooperation with Authorities and Remedies. Prohibition of Segregated Facilities. Equal Opportunity. Equal Opportunity for Veterans. Affirmative Action for Workers With Disabilities. Employment Reports on Veterans. Encouraging Contractor Policies to Ban Text Messaging While Driving Restrictions on Certain Foreign Purchases Payment by Electronic Funds Transfer-- System for Award Management. Requirements Relating to Compensation of Former DoD Officials. Safeguarding of Unclassified Controlled Technical Information. Item Unique Identification and Valuation. Buy American and Balance of Payments Program Electronic Submission of Payment Requests and Receiving Reports Wide Area WorkFlow Payment Instructions Option to Extend Services Option to Extend the Term of the Contract Please include pricing for base and both options. Technical Evaluation Criteria The technical proposal shall be single-spaced; not less than 10 point font (Times New Roman or similar). Tables and graphics are acceptable, but may not be less than 10 point in font and are counted towards the page limitation. The Government has established the page limit for each technical subfactor as detailed below. Offerors are advised that excess pages will not be evaluated. Sub-Factor 1: Performance Maintenance Plan (Not to Exceed 5 pages) The Offeror shall demonstrate in detail their capability to perform maintenance recommended by the original equipment manufacturer (OEM) on the Delta V Advantage IRMS to assure continued uptime and machine reliability in accordance with the SOW paragraph 2.1. Sub-Factor 2: Preventative Maintenance Plan (Not to Exceed 5 pages) The Offeror shall provide a preventative maintenance plan that demonstrates the Offeror?s capability to perform preventative maintenance checks on the Delta V Advantage IRMS as outlined in the SOW paragraph 2.1. Sub-Factor 3: Remedial Maintenance Plan (Not to Exceed 5 pages) The Offeror shall provide a plan detailing their capability to respond to all remedial maintenance support to include responding on site within 4-5 work days after notification by the Government and in the case of an ?Urgent? request the ability to respond on site on later than 1-2 work days after notification as outlined in SOW paragraph 3.0.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00174/1300445669/listing.html)
 
Place of Performance
Address: See Statement of Work.
Zip Code: -
 
Record
SN03505289-W 20140912/140911000040-a23007b38adec7cb7a444c360ae93164 (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.