Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 23, 2002 FBO #0356
SOLICITATION NOTICE

66 -- BRUKER DRX 400 (NMR) SPECTROMETER

Notice Date
11/21/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185
 
ZIP Code
93524-1185
 
Solicitation Number
FUXTEM23040100
 
Archive Date
12/20/2004
 
Point of Contact
Nicasio Arabe, Contract Negotiator, Phone 661-277-3321, Fax 661-275-7884, - Lesley Ervan, Contract Specialist, Phone 661-277-7706, Fax 661-275-7809,
 
E-Mail Address
nicasio.arabe@edwards.af.mil, lesley.ervan@edwards.af.mil
 
Description
DESCRIPTION: The Air Force Flight Test Center (AFFTC), Edwards AFB intends to award a Sole Source, Firm-Fixed Price (FFP) contract, under Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR 13, Simplified Acquisition Procedures to: Bruker BioSpin Corporation, 15 Fortune Drive, Billerica MA 01821. This acquisition is unrestricted. The NAICS code is 334516. The following items will be procured: CLIN 0001: Non-personnel services to furnish all labor, tools, materials, and equipment necessary to perform emergency repair and annual maintenance to Bruker DRX 400 Nuclear Magnetic Resonance (NMR) Spectrometer with solid capability, all attached peripherals, and software. Covered equipment also includes all software and operating system upgrades that occur for the DRX 400 Spectrometer and all software upgrades related to the supporting components of this instrument. Contractor shall provide the following services (Scope): 1) Preventive and remedial maintenance and other service support including all labor, materials, parts, shipping and transportation required to perform this contract; 2) Pay for shipping of all service/parts to and from the repair site; 3) Preventive maintenance shall be performed as often needed in accordance with the original equipment manufacturer?s specifications for each individual product; 4) Preventive maintenance shall include all software and operating system upgrades; 5) Preventive maintenance shall include, at a minimum, one (1) annual preventive maintenance review of the equipment; 6) Remedial maintenance shall include establishing a point of contact where calls for this maintenance may be made; 7) Remedial maintenance to provide telephone support for diagnosis of covered equipment malfunctions during the hours of 0900 to 1600 local time, Monday thru Friday, excluding observed holidays; 8) Remedial maintenance to supply replacement parts as required on a exchange (refurbish) or new parts basis; 9) Remedial maintenance for contractor to repair REPAIR CENTER SERVICE ITEMS and provide return material transportation costs. 10) Remedial maintenance to respond by telephone within 24-hours of the initial request for remedial maintenance to provide diagnostic service support and to arrange, when mutually agreed upon, an estimated time of arrival for the contractor personnel for on-site remedial maintenance; 11) Remedial maintenance to diagnose covered equipment malfunction(s) and install replacement parts when contractor personnel are on-site; 12) Remedial maintenance to provide on-site service during the hours of 0800 and 1400, Monday thru Friday, excluding observed holidays. Contractors interested in this requirement should submit a complete technical package, which provides clear and convincing evidence that they can meet the Government?s requirement. This notice of intent is not a request for competitive proposals. However, the Government will consider all responses received within 5 days of the publication of this notice. A determination by the Government whether or not to compete this acquisition based upon responses to this notice is solely within the discretion of the Government. Facsimile responses must be received on or before November 26, 2002 to: AFFTC/PKT (Attn: Nick Arabe), 5 South Wolfe Avenue, Edwards AFB, CA 93524-1185, faxed to 661-275-7884. Anticipated award date is December 6, 2002.
 
Place of Performance
Address: EDWARDS, AFB CA
Zip Code: 93524-1185
Country: USA
 
Record
SN00209020-W 20021123/021122063634 (fbodaily.com)
 
Source
FedBizOpps.gov 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.