Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2009 FBO #2718
SOLICITATION NOTICE

J -- Deionized Water System Maintenance

Notice Date
5/4/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Field Finance & Acquisition Services, HFT-320, 3900 NCTR Road, Jefferson, Arkansas, 72079-9502
 
ZIP Code
72079-9502
 
Solicitation Number
FDA-SOL-09-000021
 
Archive Date
6/2/2009
 
Point of Contact
Nicholas E Sartain,, Phone: 870-543-7370
 
E-Mail Address
nick.sartain@fda.hhs.gov
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) format in 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. This requirement is being issued in conjunction with FAR 13.5 Simplified Acquisition Procedures, as applicable. The solicitation number is FDA-SOL-09-000021. This solicitation is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-32. The associated North American Industry Classification System (NAICS) Code is-811310- Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance; Small Business Size Standard is $7.0 million. The Food and Drug Administration is soliciting for a service maintenance agreement to maintain an Ultra Pure Laboratory Deionized Water System. The equipment is a Siemens Water Technology brand high purity water system with Siemens’ Energy and Automation brand controls. Offeror must have a field office located within 65 miles of the Arkansas Regional Laboratory staffed by a certified water technologist with the capability to respond on site at ARL (3900 NCTR Rd, Jefferson, AR 72079) within 2 hours. The contractor shall provide all management, personnel, tools, vehicles, equipment and labor necessary to maintain and repair the D.I. Water system. Work shall be in accordance with the manufacturer’s operation and maintenance (O&M) manuals. Scheduled items include: 1.D.I. Water System maintenance agreement. 12 months Two maintenance/service visits per month. Contractor shall provide maintenance plan with quote. 2.Supplies ordered on an as needed basis: Estimated a.Change carbon tanks5 ea b.Change DI tanks24 ea c.Replace.1 micron filter42 ea d.Replace.2 micron filter24 ea e.Replace UV lamps13 ea f.Replace UV quartz sleeves13 ea g.Replace tank vent filter1 ea h.Yearly system sanitization using ozone gas system1 ea i.Water softening salt48 ea j.Service reverse osmosis unit/membrane cleaning2 ea k.Replace multimedia cartridge2 ea l.Provide water analysis for heavy metals1 ea 3.System updates/upgrades/repairsTBD by the government/as needed 4.Service calls not covered by contractTBD by the government 5.Service for the Siemens Energy and Est. 30 hours Automation brand controls for the water system. 6.Emergency repairs/supplies not covered by maintenance service contract estimated amount of hours and supplies not to exceed $5,000.00 per year. (Provide published price list for items not covered by maintenance agreement). Include with quote any discounts the government will receive on supplies. Option Year 1: June 1, 2010 through May 31, 2011 7.D.I. Water System maintenance agreement. 12 months Two maintenance/service visits per month. Contractor shall provide maintenance plan with quote. 8.Supplies ordered on an as needed basis: Estimated a.Change carbon tanks5 ea b.Change DI tanks24 ea c.Replace.1 micron filter42 ea d.Replace.2 micron filter24 ea e.Replace UV lamps13 ea f.Replace UV quartz sleeves13 ea g.Replace tank vent filter1 ea h.Yearly system sanitization using ozone gas system1 ea i.Water softening salt48 ea j.Service reverse osmosis unit/membrane cleaning2 ea k.Replace multimedia cartridge2 ea l.Provide water analysis for heavy metals1 ea 9.System updates/upgrades/repairsTBD by the government/as needed 10.Service calls not covered by contractTBD by the government 11.Service for the Siemens Energy and Est. 30 hours Automation brand controls for the water system. 12.Emergency repairs/supplies not covered by maintenance service contract estimated amount of hours and supplies not to exceed $5,000.00 per year. (Provide published price list for items not covered by maintenance agreement). Include with quote any discounts the government will receive on supplies. Option Year 2: June 1, 2011 through May 31, 2012 13.D.I. Water System maintenance agreement. 12 months Two maintenance/service visits per month. Contractor shall provide maintenance plan with quote. 14.Supplies ordered on an as needed basis: Estimated a.Change carbon tanks5 ea b.Change DI tanks24 ea c.Replace.1 micron filter42 ea d.Replace.2 micron filter24 ea e.Replace UV lamps13 ea f.Replace UV quartz sleeves13 ea g.Replace tank vent filter1 ea h.Yearly system sanitization using ozone gas system1 ea i.Water softening salt48 ea j.Service reverse osmosis unit/membrane cleaning2 ea k.Replace multimedia cartridge2 ea l.Provide water analysis for heavy metals1 ea 15.System updates/upgrades/repairsTBD by the government/as needed 16.Service calls not covered by contractTBD by the government 17.Service for the Siemens Energy and Est. 30 hours Automation brand controls for the water system. 18.Emergency repairs/supplies not covered by maintenance service contract estimated amount of hours and supplies not to exceed $5,000.00 per year. (Provide published price list for items not covered by maintenance agreement). Include with quote any discounts the government will receive on supplies. Quotes shall include hourly service rate for normal business hours (Monday- Friday 8am-4pm) and after business hours service rate. Emergency repair services not covered by the water maintenance contract will be performed on an as required basis and approved by the designated FDA personnel prior to commencement of work and parts replacement. The COTR shall place orders for line items 2-6, 8-12 and 14-18 on an as needed basis directly with the contractor. Contract Type: Commercial Item-Firm Fixed Price, with indefinite-delivery/quantity requirement. Simplified acquisition procedures will be utilized. Single award is anticipated. FOB Point destination. FOB Point of Delivery for Services and Supplies will be the FDA Office of Regulatory Affairs (ORA) Arkansas Regional Lab (ARL) located at 3900 NCTR Road, Jefferson, AR 72079-9502. Payment terms net 30 days. Period of Performance: Base year: June 1, 2009 through May 31, 2010 Option year 1: June 1, 2010 through May 31, 2011 Option year 2: June 1, 2011 through May 31, 2012 Standard commercial warranty is required. The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items applies to this solicitation. The following addenda have been attached to this provision: None The provision at FAR 52.212-2 Evaluation-Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i)Technical capability and experience of the contractor to provide the services and products offered to meet the Government’s requirement. (ii) Past Performance (iii) Price. Technical and Past Performance, when combined are equal when compared to price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Technical evaluation will be determination as to whether the proposed contractor is capable of completing the work. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product and services offered meets the Government's requirement. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure information is available, vendors must furnish as part of their proposal all descriptive material necessary for the government to determine whether the product and/or service meets the technical requirements. Offerors shall include technical specifications, descriptive material, literature, brochures and other information corresponding to each minimum required item, which demonstrates the capabilities of the offeror. The government reserves the right to make an award without discussions. Past Performance will be evaluated based on information provided by the offeror as to similar work performed by the offeror in the last three (3) years, a brief description of the work performed and contact information for references knowledgeable about the quality of the work completed. The Provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, applies to this acquisition. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following addenda have been attached to the clause. The supplies and/or services delivered hereunder shall be inspected and accepted at destination by the contracting officer’s representative (COR) specified at award. If the supplies or services are acceptable, the COR shall promptly forward a report of inspection and acceptance to the paying office. If the supplies or services are not acceptable, the COR shall document the nonconforming items/services and immediately notify the contracting officer. 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 additional FAR clauses cited in this clause are applicable: 52.203-6 Alt 1, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-3, 52.225-13, and 52.232-33. The following additional provisions and/or clauses apply: 52.204-4, 52.204-7 and 52.216-27. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.arnet.gov/far/ The following texts have been added to the clauses as follows: 52.216-18 Ordering (OCT 1995) Fill in text as follows: (a) Such orders may be issued from 6/1/2009 through 5/31/2012. 52.216-19 Order Limitations (OCT 1995) Insert the following text in paragraph: (a)$100.00 (b)(1) $10,000.00, (2) $10,000.00, (3) 5 days. (d) 5 days 52.216-22 Indefinite Quantity (OCT 1995) (d) 7/1/2012 52.217-8 Option to Extend Services (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 5 days of contract expiration. 52.217-9 Option to Extend the Term of the Contract. (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 15 days of contract expiration; 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 30 months. The following HHSAR clauses apply and can be obtained at the following website: http://farsite.hill.af.mil/VFHHSAR1.htm 352.270–10 Anti-lobbying. (January 2006) CCR Requirement - Company must be registered in the Central Contractor Registration (CCR) system before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice. It is the offeror's responsibility to monitor the internet site for the release of an amendment to the combined synopsis/solicitation (if any). Offerors that fail to furnish required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. All responsible sources may submit a quotation, which if timely received, shall be considered. The quotation must reference solicitation number FDA-SOL-09-000021. The Offers are due in person, by postal mail, fax or email to the point of contact listed below on or before May 18, 2009 by 13:00 hours (Central Standard Time in Jefferson, Arkansas) at the Food and Drug Administration, OC/OSS/OFFAS, Attn: Nick Sartain, 3900 NCTR Road, HFT-320, Jefferson, AR 72079-9502. For information regarding this solicitation, please contact Nick Sartain at (870) 543-7370, FAX (870) 543-7990 or email nick.sartain@fda.hhs.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a575d0f57dd99d22b55494c007c1bf98&tab=core&_cview=1)
 
Place of Performance
Address: 3900 NCTR Road, Jefferson, Arkansas, 72079, United States
Zip Code: 72079
 
Record
SN01807925-W 20090506/090504215742-a575d0f57dd99d22b55494c007c1bf98 (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.