SOLICITATION NOTICE
65 -- Chemistry Analyzer
- Notice Date
- 5/11/2007
- Notice Type
- Solicitation Notice
- NAICS
- 325413
— In-Vitro Diagnostic Substance Manufacturing
- Contracting Office
- Department of the Air Force, United States Air Force Europe, 52 CONS - Spangdahlem, Spangdahlem AB Unit 3910 Bldg 2007, Spangdahlem AB, Germany, AE, 09126-3910, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-F3W4017089A100
- Response Due
- 5/22/2007
- Archive Date
- 6/6/2007
- Description
- THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS/SERVICES 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. **************************************************************************************Purchase Request Number: F3W4017089A100 Request for Quotation. This document incorporates provisions and clauses in effect through the Federal Acquisition Circular 2005-16. ************************************************************************************** The following clauses and provisions apply to this solicitation (available from http://farsite.hill.af.mil) 52.212-1 - INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS (SEP 2006) 52.212-2 - EVALUATION - COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers (listed in relative order of importance): 1. Technical capability of the item to meet the government's requirement; 2. Price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of clause) 52.212-4 - CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (FEB 2007) 52.212-5 - CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS (MAR 2007) (DEVIATION) 252.212-7001 - CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (APR 2007) 252.232-7008 - ASSIGNMENT OF CLAIMS (OVERSEAS) JUN 1997 252.232-7003 - ELECTRONIC SUBMISSION OF PAYMENT REQUESTS MAR 2007 252.229-7001 - TAX RELIEF (JUNE 1997) - ALTERNATE I JUN 1997 252.222-7002 - COMPLIANCE WITH LOCAL LABOR LAWS (OVERSEAS) JUN 1997 52.225-14 - INCONSISTENCY BETWEEN ENGLISH VERSION AND FEB 2000 TRANSLATION OF CONTRACT 252.225-7041 - CORRESPONDENCE IN ENGLISH JUN 1997 252.225-7042 - AUTHORIZATION TO PERFORM APR 2003 252.233-7001 - CHOICE OF LAW (OVERSEAS) JUN 1997 5352.242-9000 - CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS JUN 2002 52.237-1 ? SITE VISIT APR 1984 52.237-2 ? PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT, APR 1984 AND VEGITATION 52.237-3 ? CONTINUITY OF SERVICES JAN 1991 52.237-8 ? RESTRICTION ON SEVERANCE PAYMENTS FOR FOREIGN AUG 2003 NATIONALS 52.211-6 BRAND NAME OR EQUAL (AUG 1999) (a) If an item in this solicitation is identified as ?brand name or equal,? the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that ?equal? products must meet are specified in the solicitation. (b) To be considered for award, offers of ?equal? products, including ?equal? products of the brand name manufacturer, must-- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by-- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate ?equal? products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an ?equal? product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) ************************************************************************************** Rental of the following items: LINE ITEM 0001 ---- QUANTITY: 1 DADE BEHRING ?DIMENSION XPAND PLUS? integrated analytical system with BasisPlusV Service in accordance with attached Statement of Need for a period of one (1) year to include option years. . ************************************************************************************** SYSTEM SPECIFICATIONS Power Supply????207-253 V, 50/60 Hz, 16 A (EU) ????103-127 V, 50/60 Hz, 20 A Power Supply????16 A (EU), external UPS Power Consumption????1150 VA; 1265 VA with heterogeneous module Dimensions????1290 x1730 x810 mm (W x H x D, including monitor) Weight????356 kg Heat Output???...Average 1100 Watt (3753 BTU/h or 1003 kcal/h) Noise Generation????<70 dBA at a distance of one meter Operating Conditions????17-30 deg C ambient temperature, 20-80% relative air humidity Test Mode????Random access analyzer with prioritized STAT analysis Water Consumption????Maximum 2.0 l at full capacity Sample Tubes????Primary and secondary containers Sample Capacity????Up to 60 samples, 6 segments each with 10 sample containers Sample Identification????2 integrated bar-code scanners, all common bar-code types Reagent Cooling????4-8 deg C Reagent Identification????Integrated bar-code scanner Monitor????17? color LCD flat-screen (touch screen) Host Communication????Bidirectional RS-232 ************************************************************************************** SERVICE SPECIFICATIONS *See attached Statement of Need* ************************************************************************************** ************************************************************************************** NOTE: SHIPPING CHARGES TO SPANGDAHLEM AIR BASE SHALL BE INCLUDED IN THE PRICE!!! ************************************************************************************** Statement of Need For Chemistry Analyzer Dade-Behring Dimension Xpand Plus 1. Equipment The contractor shall provide materials, parts, labor, and transportation as required to perform maintenance inspections and calibrations and repairs on the following equipment: Chemistry Analyzer Dade-Behring Dimension Xpand Plus 2. Work The contractor shall perform two preventive maintenance inspections in January and July. During each inspection, the contractor?s representative will conduct a systematic check on the entire system for proper operation, correct malfunctions, calibrate as required and replace any worn or defective parts. The manufacturer?s specifications and tolerances shall be adhered to. 3. Time The contractor will respond on-site within 24 hours of notification for all unscheduled service calls. Service shall be performed from 0730-1630, Monday through Friday, including American and German holidays. If repair parts are required and must be obtained, the contractor will return with parts within 24 hours and bring equipment to operational status. The contractor will dispose of defective parts. The contractor will coordinate preventive maintenance visits with Medical Maintenance at least 14 days in advance. 4. Location The equipment is located in the Laboratory, room 94, bldg. 61, Bitburg Hospital. All services shall be performed at the on-site location without the consent of the responsible equipment custodian and Medical Maintenance. Equipment removal cost (transportation, per diem, mileage, etc.) will not be charged to the U.S. Government. 5. Administrative The contractor?s service personnel shall report to the Medical Maintenance office, room 414, bldg. 61, prior to servicing the equipment and upon completion of all required work. A copy of the service report must be left with the Medical Maintenance. This report will include the following information: reason for maintenance, hours required to perform the service, list of repair parts utilized, calibration results, complete description of work performed, and the servicing technician?s name. If Medical Maintenance is unable to be located, the contactor will leave the service report with the laboratory?s equipment custodian. The custodian will then forward the report to Medical Maintenance the next duty day. Any Medical Maintenance or Medical Equipment Management Office (MEMO) personnel are authorized to request an on-site service call. All other personnel are authorized to use the 24-hour telephone support.
- Place of Performance
- Address: BLDG. 61 ROOM 94, BITBURG HOSPITAL, BITBURG AIR BASE
- Zip Code: 54634
- Country: GERMANY
- Zip Code: 54634
- Record
- SN01293117-W 20070513/070511221510 (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 |