SOLICITATION NOTICE
66 -- Laboratory Maintenance Agreement
- Notice Date
- 2/26/2009
- Notice Type
- Presolicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
- ZIP Code
- 20857-0001
- Solicitation Number
- FDA1053556
- Archive Date
- 3/24/2009
- Point of Contact
- David - Kordel,
- E-Mail Address
-
david.kordel@fda.hhs.gov
- Small Business Set-Aside
- N/A
- Description
- FDA1053556 The Food and Drug Administration (FDA) seeks full and open competition for a service maintenance agreement for a 7900HT Sequence Detection System within one of our laboratories located in Bethesda, MD. Award will be a firm-fixed price purchase order. Requirements: 1. Service and Preventive Maintenance for the following: a. 1 (one) Applied Biosystems 7900HT Sequence Detection System. S/N: 279001456. 2. Agreement Type a. Full Agreement Type b. Parts, labor and travel for remedial repair. c. No charge for planned maintenance visits. Vendor shall provide one (1) planned maintenance inspection (PM) per year. d. Guaranteed priority response time of 2 business days after receipt of a service calls. If the vendor fails to arrive at the instrument location within 2 business days for reasons other than customer's failure to provide access to the vendor or causes beyond the reasonable control of the vendor, vendor shall provide customer a service plan renewal credit in an amount equivalent to one day's pro-rated charge for each day the vendor’s response is late. e. Priority telephone and email access to instrument technical support. f. Telephone and email access to application technical support. g. Remote monitoring, which provides for notification to customer of instrument failures or errors that are reported by the vendor's monitoring software. 3. Service and Preventative Maintenance base year a. Base year: 9/6/2009 – 9/5/2010 b. Option year (1) : 9/6/2010 – 9/5/2011 c. Option year (2) : 9/6/2011 – 9/5/2012 d. Option year (3) : 9/6/2012 – 9/5/2013 Sources intending to provide quotes must provide detailed information indicating their ability to meet the Government’s requirements including that they are an authorized service provider. The Government shall not incur recertification costs nor void existing warranties on the equipment. This announcement constitutes the only solicitation and a written solicitation will not be issued. All responsible sources must be registered in the Central Contractor Registry System (CCR) at www.ccr.gov under NAICS code 334516 to be considered. FDA intends to make an award soon after the response date of this notice and all bids must be submitted via email and be received by 4:30 PM (1000) EST on 9 March 2009 to the attention of David Kordel, david.kordel@fda.hhs.gov. Award will be made to the party whose quote offers the best value to the Government, technical, price, and other factors considered. The Government may award this purchase order to other than the lowest price technically acceptable quote. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," and 2) Price. Technical Capability is significantly more important than price. The FDA intends to make an award immediately after the response date of this notice. The award will be made in accordance with FAR Part 13, Simplified Acquisition Procedures.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b0f6de1759c8f6f3efe450cddaa136cc&tab=core&_cview=1)
- Record
- SN01757935-W 20090228/090226220736-b0f6de1759c8f6f3efe450cddaa136cc (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 |