Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 31, 2005 FBO #1496
SOLICITATION NOTICE

J -- Maintenance, Repair and Rebuilding of Equipment

Notice Date
12/29/2005
 
Notice Type
Solicitation Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, MD, 20817
 
ZIP Code
20817
 
Solicitation Number
NOI6015
 
Response Due
1/13/2006
 
Archive Date
1/28/2006
 
Small Business Set-Aside
Partial HUB-Zone
 
Description
This is a combined synopsis/notice of intent 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; quotes are not being requested and a written solicitation will not be issued. This requirement is being issued as a Notice of Intent under NOI6015. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-06. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is not a small business set-aside. The switching to any other contractor other than the manufacturer Rigaku/Molecular Structure would result in significant time delay of service and additional cost the government. The North American Industry Classification System (NAICS) code for this acquisition is 811219 and the Small Business Size Standard is $6.0million. The National Institute of Allergy and Infectious Diseases (NIAID) intends to procure maintenance using Simplified Acquisition Procedures with Rigaku/Molecular Structure for a period of twelve months for X-Ray Diffraction Units. The instruments to be covered are listed: 1) RAXIS IV; 2) UD2792N; 3) RU200; 4) OD23093; 5) RAXIS IV++; 6)XD2840N; 7) RU2HR; 8) Q40592, I (2) Confocal optics AL-60 x-stream 600071; 9) AL-60 x-stream 800012; 10) Crystal Clear Software. The Contractor shall provide emergency repair service as required during the hours of 8:00a.m. through 5:00p.m, Monday through Friday unless otherwise stated. Labor, travel and replacement parts, as required excluding consumable items. The maintenance agreement shall include the following over a one year contract period: 1) All replacement parts necessary to maintain the equipment in proper working condition; 2) All replacement parts to maintain the X-Stream; 3) extended warranty of the confocal optical systems; 4) Software support and upgrades; 5) phone and email support needed to assist with software issues; 6) One (1) preventive maintenance PM service visit plus emergency coverage deemed necessary per system during contract period. The National Institute of Allergy and Infectious Diseases rely on the X-Ray crystallography technique to reveal three dimensional molecular structures of receptors and their ligand complexes. By doing so the scientists were able to visualize the receptor-ligand molecular interface and thus map out the hot spots on the receptor, the region critical for ligand recognition. The FOB Point shall be Destination, Rockville, Maryland, 20852. The government will award a firm fixed price purchase order to the responsible contractor. All responses will be considered by the agency. FAR 52.212-1 Instructions to Offerors-Commercial Items; Offerors must include with their offer a completed copy of the Provision FAR 52.212.3 Offeror Representations and Certifications-Commercial Items; FAR 52.212.4 Contract Terms and Conditions of Commercial Items; FAR52.212.5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders- Commercial Items. To be considered for an award, offeror must have completed the online electronic Representations and Certifications located at http://orca.bpn.gov/ in accordance with FAR 4.1201 (A). By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR at: www.ccr.gov/ prior to award during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. Copies of the aforementioned clauses are available upon request by telephone to Mr. Steve Gunn at (301) 402-2282. All responsible sources may submit offer that will be considered by this Agency. Offers must be submitted no later than 5:00 P.M. Eastern Standard Time January 13, 2006. For delivery through the Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Drive Room 2NE70A, Bethesda, Maryland 20817-4812. Electronic transmission will not be accepted. Request for information concerning this requirement are to be addressed to Mr. Steve Gunn at (301) 402-2282. Collect calls will not be accepted.
 
Place of Performance
Address: National Institutes of Health, National Institute of Allergy and Infectious Diseases, Rockville, Maryland,
Zip Code: 20852
 
Record
SN00959369-W 20051231/051229211707 (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.