Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 31, 2016 FBO #5364
SOLICITATION NOTICE

J -- Calibration of Pipettes, Preventative Maintenance and Repair Services - Price Tables

Notice Date
7/29/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services - Rockville, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001, United States
 
ZIP Code
20857-0001
 
Solicitation Number
FDA-SOL-1168355
 
Archive Date
8/20/2016
 
Point of Contact
Emaleia Weingarten, Phone: 2404027538, Marc L. Long, Phone: 2404027559
 
E-Mail Address
Emaleia.Weingarten@fda.hhs.gov, marc.long@fda.hhs.gov
(Emaleia.Weingarten@fda.hhs.gov, marc.long@fda.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Price Tables Attachment i -This is a combined synopsis/solicitation for commercial items prepared in accordance with the 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. ii- Solicitation number FDA-SOL-1168355 is being issued as a RFQ. iii-. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-89 / 07-14-2016. iv- The corresponding NAICS code is 541380 and the small business size standard is $15 million dollars. This requirement is a small business set aside. The Government contemplates a Firm-Fixed Price Purchase Order for the following: v-. Calibration of Pipettes, Preventative Maintenance and Repair Services for a 12 month base period and four 12-month option periods. CLIN 01- 381 Single Channel (Seal/O-Ring included) Pipettes; CLIN 02-1 Multi-Channel (Seal/O-Ring included) Pipette; CLIN 03- Repairs; CLIN 04- Travel Surcharge. The CLINS remain the same for the base and option periods. Please complete the attached price table and include with your quote. vi- Minimum requirements: 1) Contractor must be ISO 17025 accredited (an ILAC/MRA signatory accredited laboratory service provider accredited by either A2LA, the Laboratory Accreditation Bureau, NVLAP, ACLASS IAS or PJLA) to perform pipette calibrations. 2) Shall provide preventative maintenance, calibration and repair of out-of-spec pipettes onsite. When pipettes need to be taken offsite to be repaired, calibrations shall be completed prior to their return to the laboratory. 3) Calibrations shall occur once every 12 months and include: a) As Found Gravimetric Evaluation of pipette performance as found and/or received from SRL - minimum 4 weighs @ 2 volumes. b) As Calibrated or As Left Gravimetric evaluation per manufacturer's specifications - minimum 4 weighs @ 2 volumes. c) Inspection & Complete Disassembly, Functional Diagnosis, Parts performance, Cleaning, Polishing, refurbishing & Computer controlled calibration / adjustment. d) Calibration Labels shall be affixed to the pipettes with the date of service. 4) Certificate of calibration shall be provided for each unit that meets an ISO 17025 and 8655 requirements. Certificates must have indicated ILAC/MRA (e.g. A2LA or PJLA) accreditation certificate number. 5) Shall replace seals, when it is determined needed by the technical point of contact. 6) Must provide certificates no more than one week, after completion of calibration services. vii-All services are to be delivered FOB destination to USFDA, Southeast Regional Laboratory, 60 8th Street NE Atlanta, GA 30309. viii- The provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. ix- The Government will award a contract resulting from this synopsis/solicitation to the responsible quoter, whose quotation, is the lowest priced technically acceptable. x- Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer or the Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Website located at https://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (r) of this provision. xi- The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. There are no addenda to the clause. xii- The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The Contracting Officer has indicated the following clauses listed in paragraph (b) and (c) as applicable and are hereby incorporated by reference: 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)). 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2016). 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.). 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-SOL-1168355 /listing.html)
 
Place of Performance
Address: Southeast Regional Laboratory, 60 8th Street NE, Atlanta, GA 30309, United States
Zip Code: 30309
 
Record
SN04202019-W 20160731/160729234909-4e580eb58c91d35c56b6bdfbea79cd4e (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.