Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2008 FBO #2411
SOLICITATION NOTICE

J -- Service and Preventative Maintenance Agreement for Waters ZQ 2000

Notice Date
7/1/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division, Norfolk Federal Building, 200 Granby Street, Norfolk, Virginia, 23510
 
ZIP Code
23510
 
Solicitation Number
EA133C-08-RQ-0730
 
Archive Date
7/25/2008
 
Point of Contact
Janie M Laferty,, Phone: 757-441-6875
 
E-Mail Address
Janie.M.Laferty@noaa.gov
 
Small Business Set-Aside
N/A
 
Description
This is a combined Synopsis/Solicitation for Commercial Items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The Request for Quotation (RFQ) number is EA133C-08-RQ-0730. The U.S. Department of Commerce, NOAA, National Ocean Service, Center for Coastal Environmental Health and Biomolecular Research, Charleston, SC intends to purchase on a FOB destination basis the following full service and preventative maintenance agreement with one (1) twelve month base year and two (2) option years: 1. Full Service Maintenance Agreement for Waters ZQ 2000 to include the following: 1) MS TAP Instrument and S/W Plan, TAP ZQ Mass Detector(1PM), MassLynx Software 1 Year Plan s/n/Model: LAA1627/ZQ2000/MS6JN01558/SUPMM 2) TAP 2996 PDA DET (1PM) s/n/Model # E05296222R/2996 3) TAP Fraction Colletor III (0 PM) s/n/ Model # K04WFC691R/WFC 4) TAP 2767 Sample Manage (1PM) s/n/Model # E07XY6967R/2767 5) TAP Vacuum Degasser (0PM) s/n/Model # D05DG231R/Degasser 6) TAP Pump CTLR MOD (0PM) s/n/Model # H04PC2332R/PCM 7) TAP 1525 Pump (1 PM) s/n/Model # M0525P131R/1525 1. Scope of Work The Contractor shall furnish all materials, excluding consumables enumerated below, travel expenses, labor, tools, and equipment necessary to provide full maintenance and emergency services on the Waters ZQ 2000 (hereafter called the Instrument), 2996 PDA, Waters Fraction Collector III, 2767 Sample Manager, vacuum degasser, pump control module, 1525 Pump and upgrade modules (after initial warranty period) purchased from the OEM after the original procurement. The Instruments are located at the National Ocean Service, Hollings Marine Laboratory. 2. Availability for Servicing The Government agrees to make the Instrument covered by this contract available for servicing at the time of each scheduled preventative maintenance or emergency service call. The Contractor's representative shall contact the Government's representative for a mutually agreeable date and time, in advance, for each preventative maintenance call. 3. Excluded Services Contractor shall not be obligated to provide services under this contract for: a) damaged or destroyed instrument where such damage is due to: 1) the result of or caused by fire or explosion of any origin, riot, civil commotion, flood, earthquake, or 2) caused by the Government's misuse or abuse of such instrument. b) installation of any field modification of the instrument not authorized by the manufacturer. 4. Service Area The Instrument is located at: National Ocean Service, Hollings Marine Laboratory, Charleston Laboratory, 331 Ft. Johnson Rd., Charleston, SC 29412. Access is limited to normal Government business hours, except by special arrangement with the contracting officer. 5. Preventative Maintenance Contractor shall provide a minimum of one visit per year devoted to routine system maintenance, checking system calibrations, system software maintenance, and other routine maintenance tasks as outlined in the manufacturer's service and test manuals. This visit is to be coordinated with the Government's representative. 6. Telephone Support Contractor shall supply telephone support for resolving hardware, software, application and other system problems over the telephone. Qualified engineers shall be available between 9:00 a. m. and 5:30 p. m. Eastern Standard Time, and a suitable call answering service must be available for all other hours. 7. On Call Service Contractor shall provide unlimited service visits for repairs. The Contractor shall respond according to the Service Response Protocol in the Waters Service Contract. 8. Repair Parts The Contractor shall supply all repair parts excluding consumables (see below). Repair parts must be functionally identical to the original parts and meet or exceed all technical specification and requirements of the original parts as determined by the manufacturer. Shipment of repair parts must be within 1 work day. Contractor must have and present a written agreement to obtain all manufacturers' repair parts for the duration of this contract and any/all option periods. This agreement must include routine parts as well as proprietary items. Consumable items are considered to be those items which would normally be supplied by the Government in the routine operation of the instrument such as solvents and high purity nitrogen. 9. Automatic Software Upgrades The Contractor shall automatically provide, upon release from the factory, and without additional cost to the Government, all licensed Waters software upgrades for the instrument computer and the embedded PC in the ZQ detector. Contractor must have and present a written agreement with the manufacturer for obtaining upgrades for the duration of this contract and all option periods. 10. Guarantee of Work Contractor shall guarantee all work and agree to remedy, at its own expense, any defects caused by poor workmanship or materials. 11. Assignment of Personnel All work performed under this contract shall be performed by qualified engineers with manufacturer's factory training on the specific model of the Instrument. Sufficient personnel must be assigned to the region to ensure rapid response and personnel backup at all times. 12. Security The C&A requirements of clause 73 do not apply and that a Security Accreditation Package is not required. The period of performance will be as follows: Base year: September 26, 2008 through September 25, 2009 Option year 1: September 26, 2009 through September 25, 2010 Option year 2: September 26, 2010 through September 25, 2011 Offeror should submit unit prices for each period either in a monthly or quarterly amount. In order to comply with the Debt Collection Improvement Act of 1966, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for an award of a federal contract. For information regarding registration in CCR contact the CCR website at www.ccr.gov/index.cfm. The FSC for this is 6640 and the NAICS Code is 334516. The government intends to award a firm-fixed price purchase order for this requirement. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-24. FAR 52.212-1 Instructions to Offerors-Commercial Items applies. FAR 52.212-4 Contract Terms and Conditions - Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, and FAR 52.217-9 Option to Extend the Term of the Contract applies. Clauses may be viewed in their entirety at www.arnet.gov. No Defense Priorities and Allocations System (DPAS) rating is assigned. Offers must be submitted to the Acquisition Management Division, ERAD, 200 Granby Street, Room 815, Norfolk, VA 23510 by 11:00 A.M. EST. July 10, 2008. Offers may be faxed to 757-664-3645 or via email to: Janie.M.Laferty@noaa.gov. Inquires will only be accepted via email to Janie.M.Laferty@noaa.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5e16a77685d8fde9f474fe52f308be4c&tab=core&_cview=1)
 
Place of Performance
Address: National Ocean Service, Hollings Marine Lab/Charleston Lab, 331 Fort Johnson Road, Charleston, South Carolina, 29412, United States
Zip Code: 29412
 
Record
SN01605316-W 20080703/080701222446-5e16a77685d8fde9f474fe52f308be4c (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.