Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 07, 2009 FBO #2658
SOLICITATION NOTICE

J -- Maintenance Services

Notice Date
3/5/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical 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
FDA-09-1052319
 
Point of Contact
Karen R. Petty,, Phone: 301-827-8774
 
E-Mail Address
karen.petty@fda.hhs.gov
 
Small Business Set-Aside
N/A
 
Description
Synopsis: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6. This announcement constitutes the only solicitation and a written solicitation will not be issued. This synopsis, NAICS code 339112, is to notify contractors that the government is seeking competition of this requirement in accordance with FAR Part 13.106. Under the simplified acquisition procedures and the resultant purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 05-29. Anyone who deems themselves capable, to provide maintenance and repair service for these items may do so. This synopsis is designated for full and open competition for a firm fixed-price purchase order. Prospective offerors are responsible for downloading the solicitation and any amendments. It is the offeror's responsibility to monitor the FedBizOpps website for the release of any amendments to this solicitation. Hard copies will be provided to individuals eligible under the Americans with Disabilities Act and Rehabilitation Act upon request. The Government reserves the right to award a contract without discussions if the Contracting Officer determines that the initial offer(s) is/are providing the Best Value and discussions are not necessary. The Food and Drug Administration requires maintenance and repair services on the following pieces of equipment: MODEL: GLS-10-D, Table Top Sterilizer MODEL: 3522, Gravity Steam Sterilizer (including boiler, generator, reverse osmosis system. MODEL: 122LS Sterilizer (including boiler, generator, reverse osmosis) EVALUATION AND AWARD: 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. Evaluation Criteria: 1. Knowledge and expertise in repairing laboratory sterilizers and reverse osmosis systems as evidenced by the caliber of performance on previous contracts. 2. Training and technical experience of engineers and technical support who will service the equipment, including formal training classes provided by the vendor for the benefit and education of company technicians. 3. Emergency response turn around time within 24 hours during normal working hours (Mon.-Fri., 8 a.m. to 5:00 p.m.) and other quality customer service features such as quick callbacks (within 3 hours) by company support personnel and technicians. 4. The agreement must include the cost of 4 preventative maintenance inspections annually including callbacks and parts. All labor for equipment inspection, adjustment, lubrication, installation of replacement parts and testing during preventative maintenance inspections must be included. The annual descaling of boilers shall be included in the preventative maintenance program. The agreement shall include the cost of furnishing of required replacement parts necessary to maintain equipment operating to specifications. Labor for repair calls which are the result of equipment failure shall be included. DELIVERABLE: 1.Quarterly preventative maintenance checks on all 3 units of sterilization equipment (listed above) located in the Laboratories of FDA/CDRH/OSEL/DB. 2.The following tasks are performed during a preventative maintenance check: - visually inspect utilities - steam, air, water - inspect for leaks - check safety relief valve for functionality - check door and door closure system safety features, verify that door closes and locks - check cycle parameters and error log - run challenge test cycle - replace filters for sediment, GAC/KDF, carbon and calcite - check water pump, heating element, site glass, boiler Place of Performance Food and Drug Administration 10993 New Hampshire Avenue Building 64, Room 3018 Silver Spring, MD 20903 Period of Performance The maintenance/service contract shall be for a base year and four (4) option years. CCR: Vendors must be registered in the Central Contractor Register (CCR) prior to the award of a contract. You may register by going to www.ccr.gov. You will need your Dun & Bradstreet number and banking information. QUOTATIONS DUE: All quotations are due, via email to: karen.petty@fda.hhs.gov, no later than 4:30pm, EST on Friday, March 16, 2009. PROVISIONS and CLAUSES: The provision at FAR 52.212-1, Instructions to Offerors Commercial Items applies to this solicitation. The following agenda has been attached to this provision: None. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items. The clause at FAR 52.212-4, Contract Terms and Conditions, Commercial Items applies to this acquisition. The following agenda has been attached to the clause: None. The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items applies to this acquisition. The following FAR clauses cited are applicable: FAR 52.217-8, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, and FAR 52.232-33. Clauses and provisions are incorporated by reference and apply to this acquisition. Responses to this notice must be sent via email to Karen.petty@fda.hhs.gov. Telephone calls will not be accepted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=573656e79b932bbcdfaecc2aee16dc0f&tab=core&_cview=1)
 
Place of Performance
Address: Food and Drug Administration, 10993 New Hampshire Avenue, Building 64, Room 3018, Silver Spring, Maryland, 20903, United States
Zip Code: 20903
 
Record
SN01762445-W 20090307/090305215958-573656e79b932bbcdfaecc2aee16dc0f (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.