Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 01, 2009 FBO #2713
SOLICITATION NOTICE

66 -- Maintenance on OMNIGRID 100

Notice Date
4/29/2009
 
Notice Type
Combined Synopsis/Solicitation
 
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
1055771
 
Point of Contact
Vida - Niles, Phone: 301-827-2476, Doreen Williams ,, Fax: 301-827-7106
 
E-Mail Address
vida.niles@fda.hhs.gov, doreen.williams@fda.hhs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
REQ # 1055771 The Food and Drug Administration (FDA) is seeking 100% small businesses to award a 5 year contract (1 base year plus 4 option years) to provide services for an Omnigrid 100, S/N OGR-03-A-102000-0083. NAICS Code 334516 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, simplified acquisition procedures and the resultant of firm fixed price purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 05-32. The Contractor shall meet the following Specifications: a. Repair. Vendor shall repair any failure or malfunction in a covered Product that prevents its normal use and operation in all material respects in accordance with vendors published specifications. vendor support personnel will strive to resolve problems based on troubleshooting by telephone, fax, e-mail or the Internet. If deemed necessary, new or refurbished replacement parts will be shipped to Buyer on an exchange basis. Vendor may require to Buyer to ship the Product or component in question to Vendor’s facility for repair or replacement. Buyer should save original packing materials for return shipment of Products or components for repair. Buyer shall be responsible for cost of new shipping materials and damages caused in returning Products to Vendor repair facilities. b. Technical Support. Vendor shall provide telephone, Internet, e-mail and fax based support and troubleshooting during normal business hours (9:00 a.m.. 5:00 p.m. EST, Monday. Friday, excluding US Holidays). Parts Plus Plan technical support is limited to 1.5 hours per month, tracked in one-quarter hour increments. Methods development, protocol writing and other developmental support tasks are not covered under technical support. c. Preventive Maintenance. Vendor shall provide up to two on-site preventive maintenance visits per year for all Products except HiGro, HybStation, Hyb4, MicroGrid I 600, MicroGrid II 600, MicroGrid II Compact, MicroSys, OmniGrid Accent, OmniGrid Micro, PixSys 5500, ProGest, ProMS, UC4, and UC4x4. These PMI visits will occur at a scheduled time at Buyer.s location. Unused preventive maintenance visits are forfeited at the end of the Service Plan term. Additional preventive maintenance visits are available to Buyer at a discounted rate. Customers may elect to use one or both preventive maintenance visits to cover emergency on-site repairs. d. Emergency On-Site Visits. Purchasers of a Total Plan shall be entitled to emergency on-site visits without additional cost for covered issues. Customers holding a Parts Plus Plan for the HybStation, MicroGrid I 600, MicroGrid II 600, MicroGrid II Compact, MicroSys, OmniGrid Accent, OmniGrid Micro, PixSys 5500, ProGest, ProMS, UC4, and UC4x4 are entitled to one annual emergency service visit. Seller will strive to provide 72-hour on-site emergency support. All on-site emergency visits must be approved and scheduled in coordination with the Vendor Service Department. For the HiGro and Hyb4 only depot repair is available. e. Software Updates. Vendor shall provide bug-fixes and software updates as they are made generally available to Seller customers free of charge. Premium Plan users will also receive upgrades that include significant enhancements or additional functionality. f. Standard Replacement Items. Replacement of standard maintenance items free of charge. 5 year contract (1base year plus 4 option years) 2009 to 2013 Technical Evaluation Criteria Evaluation Factors for Maintenance for a Omnigrid 100 The evaluation factors for this solicitation will be the ability to meet the technical requirements, ability to service the equipment at their site, past performance repairing the ominigrid. Experience: The vendor’s past performance in repairing Omnigrids. Technical support: The vendor’s ability to provide technical support and repairs of their system at their facility or at the FDA (based on the vendor’s choice) Evaluation for 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," 2) Past Performance and 3) 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. CCR: Vendor must be registered in the Central Contractor Register (CCR) prior to the award of the contract. You may register by going to www.ccr.gov. You will need to your Tax ID, Duns Number, Bradstreet number and banking information. QUESTIONS DEADLINE: All questions are to be submitted via email to Vida.Niles@fda.hhs.gov, no later May 1, 2009, 4:30 pm EST. QUOTATIONS DUE: All quotations are due to: Vida.Niles@fda.hhs.gov, no later than 4:30 pm, EST on May 5, 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. 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, FAR 52.232-33, FAR 52.246-9 and FAR 52.246-18. Clauses and provisions are incorporated by reference and apply to this acquisition. Responses to this notice shall be sent via email to Vida.Niles@fda.hhs.gov, Telephone calls will not be accepted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3f153ef433ba16f5e2a3cd201d869e85&tab=core&_cview=1)
 
Place of Performance
Address: 8800 Rockville Pike, Bldg 29A Room 2D06, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN01805175-W 20090501/090429222905-3f153ef433ba16f5e2a3cd201d869e85 (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.