Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 08, 2008 FBO #2355
SOLICITATION NOTICE

J -- Full On-Site Service and Preventative Maintenance for an Applied Biosystems’ 4000 Mass Spectrometer

Notice Date
5/6/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-08-RQ-0284
 
Point of Contact
Andrea A Parekh, Phone: (301)975-6984, Todd D Hill, Phone: 301-975-8802
 
E-Mail Address
andrea.parekh@nist.gov, todd.hill@nist.gov
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6 and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation number SB1341-08-RQ-0284 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-24. *** The associated North American Industrial Classification System (NAICS) code for this procurement is 811219 with a small business size standard of 500 employees. However this requirement is unrestricted and all interested Contractors may submit a quote. *** ***The National Institute of Standards and Technology (NIST) requires full on-site service and preventive maintenance agreement for an Applied Biosystems’ 4000 Mass Spectrometer used by the Analytical Chemistry Division at NIST, Charleston, SC Hollings Marine Laboratory. ** ***All interested Offerors shall provide a quote for the following line item(s): Line Item 0001: Quantity One (1) Lot, Full on-site service and preventive maintenance agreement for an API 4000 Mass Spectrometer and shall be for a twelve (12) month base period with an additional twelve (12) month option period as follows: OPTION LINE ITEMS: The following items are option line items. The contractor shall provide pricing for these items. Prices quoted shall be effective for a period of one year from the date of award. Award of option line items is solely at the discretion of the Government. Option Line Item 0002: Quantity One (1) Lot, Full on-site service and preventive maintenance agreement for an API 4000 Mass Spectrometer and shall be for a twelve (12) month period after option is exercised. The required full service and preventive maintenance agreement for the API 4000 Mass Spectrometer shall include the following: Response Time: Service Engineers must be on-site at NIST, Charleston within three (3) business days after receipt of notification by NIST personnel. The Contractor shall provide verification that service engineers are trained and/or certified by the original manufacturer, evidence must be shown that service engineers have full access to latest 4000 Mass Spectrometer repair procedures, application updates, and planned maintenance procedures, and evidence shall be provided that service engineers have full access to 4000 Mass Spectrometer diagnostics software. The Contractor shall provide two (2) scheduled annual planned maintenance visits and shall include a planned maintenance checklist. The Contractor shall include factory certified replacement parts included at no additional cost to the Government and must demonstrate the following: 1. On-demand availability of new or true factory remanufactured essential parts 2. Availability of proprietary tools required for installation of components 3. Parts installed/replaced in the instrument shall be as specified or certified by Applied Biosystems in the API 4000 instrument technical drawing or specification. 4. Repair procedures and maintenance are to be in accordance with manufacturer’s protocol. 5. Contractor shall perform work related to service bulletins or other manufacturer’s stipulated repairs that may occur during the contract period. 6. Contractor shall respond by having service personnel on-site within 72 hours of receipt of service call. 7. Replacement parts must be received on-site within 48 hours of determination of need. 8. Repairs must be completed within 48 hours after repair parts are received. 9. Labor and travel cost must be included at no additional cost to the Government. QUALITY CONTROL PLAN: Offerors shall provide a quality control plan identifying how service/maintenance of the instrument shall be administered. Offerors shall also include information concerning response times for emergency repairs, response times for general technical support, frequency of preventative maintenance, the service to be included during the preventative maintenance visits, and the reporting that shall be furnished to document each visit to perform maintenance or repair. ****The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance, 3) Previous Experience, and 4) Price. Technical Capability, Past Performance, and Previous Experience, when combined, are more important than Price. ****Past Performance will be evaluated to determine the overall quality of the product and service, provided by the Contractor. Evaluation of Past Performance shall be based on the references provided IAW FAR 52.212-1(b)(10) and/ or information provided by NIST or its’ affiliates. Offerors shall provide a list of at least three (3) references to whom the same or similar services have been sold. The list of references shall include, at a minimum: The name of the reference contact person and the company or organization; the telephone number of the reference contact person; the contract or grant number; the amount of the contract and the address and the telephone number of the Contracting Officer if applicable; and the date of delivery or the date services were completed. ***Past Experience shall be evaluated to determine the extent of the Contractor's experience in providing similar service. Evaluation of past experience may be based on contacts used for past performance; however, the vendor should provide additional references relating to its past experience information, if necessary. To allow assessment, each quote must include appropriate documentation. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) and FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electrically at the/these addresses: http://www.arnet.gov/far/ and http://oam.ocs.doc.gov/CAPPS_car.html. FAR 52.212-1, Instructions to Offerors - Commercial Items (NOV 2007) with addenda: CAR 1352.215-70, Period of Performance (MAR 2000) The period of performance of this contract is one year from the date of award. If option year is exercised, the period of performance shall be one year from date of exercised option. CAR 1352.215-73 Inquiries (MAR 2000) CAR 1352.216-70 Contract Type (MAR 2000) This is a firm-fixed price type contract for full service and preventative maintenance agreements. It consists of a 12 month base period and one twelve-month option period. FAR 52.212-3, Offeror Representations and Certifications Commercial Items (NOV 2007). NOTE: Offerors may include paragraph (b) through (k) with quote OR enter electronically at https://orca.bpn.gov/ and submit paragraph (l) with quote. FAR 52.212-4, Contract Terms and Conditions Commercial Items (FEB 2007), with addenda: FAR 52.203-3, Gratuities (Apr 1984) FAR 52.204-9, Personal Identity Verification of Contractor Personnel (SEP 2007) CAR 1352.201-70, Contracting Officer's Authority (MAR 2000) CAR 1352.208-70, Printing (MAR 2000) CAR 1352.209-73, Compliance With The Laws (MAR 2000) CAR 1352.233-70, Harmless From Liability (MAR 2000) CAR 1352.252-71, Regulatory Notice (MAR 2000) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (FEB 2008) Commercial Items including subparagraphs: 52.222-3, Convict Labor; 52.222-19, Child Labor – Cooperation w/ Authorities And Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-48, Exemption from Service Contract Act; 52.222-50, Combating Trafficking in Persons; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; and 52.237-2, Protection of Government Buildings, Equipment, and Vegetation. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) 52.217-5, Evaluation of Options; 52.217-8, Option to Extend Services; 52.217-9, Option to Extend the Terms of the Contract; (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 2 years. ***All quotes shall be received not later than 3:00 PM local time, on May 22, 2008 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD 20899-3571, Attn: Andrea Parekh. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 24-hour (excluding weekends and holidays) prior notice shall be made to the Contracts Office at 301-975-4959. NIST is not responsible for late delivery due to the added security measures. In addition, offerors/quoters who do not provide 24-hour notification in order to coordinate entrance to the NIST campus shall assume the risk of not being able to deliver offers/quotes on time. The Government is not responsible for the amount of time required to clear unannounced visitors, visitors without proper identification and without complete information that would allow delivery (i.e. point of contact, telephone POC, bldg., room number, etc.). If 24-hour notification was not provided, it is suggested your company representative or your courier service arrive at NIST at least 90 minutes prior to the closing time in order to process entry to the campus through the visitor center and complete delivery. Notice shall include the company name, name of the individual making the delivery, and the country of citizenship of the individual. For non-US citizens, the following additional information will be required: title, employer/sponsor, and address. Please ensure that the individual making the delivery brings photo identification, or they will be denied access to the facility. E-mailed quotes are acceptable. Faxed quotes will NOT be accepted. ***
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8edc54d84b407ca99bd8639e29d2b201&tab=core&_cview=1)
 
Place of Performance
Address: 100 Bureau Drive, MS 1640, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN01567370-W 20080508/080506220006-8edc54d84b407ca99bd8639e29d2b201 (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.