SOLICITATION NOTICE
66 -- Maintenance Agreement
- Notice Date
- 7/13/2009
- 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
- FDA-09-1055582
- Point of Contact
- Karen R. Petty, Phone: 301-827-8774
- E-Mail Address
-
karen.petty@fda.hhs.gov
(karen.petty@fda.hhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- 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 334510, is to notify contractors that the Food and Drug Administration (FDA) is seeking competition of this requirement in accordance with FAR Part 13.106 for the following statement of work, under the simplified acquisition procures. Under the simplified acquisition procedures and the resultant purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 05-32. This synopsis is designated for 100% Small Business Set Aside competition for a firm fixed-price purchase order for a base year and four (4) option year periods. Prospective offerors are responsible for monitoring 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. This combined synopsis solicitation is issued as a Request for Quotations (RFQ). The FDA intends to award a purchase order for a maintenance agreement for an Avance II 700 MHz NMR Spectrometer. Full Service Maintenance Agreement shall include: Service Response: 1.Response to calls for service shall be provided by the end of the same business day. 2.Diagnostic assistance from a trained engineer to evaluate the problem shall be provided by telephone on the same business day as the call for service. 3.If replacement parts are required, they shall be shipped overnight at no cost. These parts must be manufactured by the instrument manufacturer, Bruker-Biospin. The firm shall also pay for the return of faulty or unused parts. 4.After replacement parts are received, the firm shall have an engineer call to provide assistance to determine if the problem is resolved. 5.If the replacement part did not resolve the problem, the firm shall schedule to provide on-site service by a trained engineer at an agreeable time. 6.For problems with NMR probes, the probes may be sent to the firm for repair. a.PA TXI 700S4 H-C/N-D-01.7 Z BTO b.PH QXI 700SB H/P-C/-D-05 XYZ c.PH TXI 700S4 H-C/N-D-05 XYZ 7.The firm shall provide a trained engineer for preventative maintenance of all components included in the agreement. a.AV700 console b.BCU05LT Cooling Unit c.Great3/10A Gradient Amplifier d.PA TXI 700S4 H-C/N-D-01.7 Z BTO e.PH QXI 700SB H/P-C/-D-05 XYZ f.PH TXI 700S4 H-C/N-D-05 XYZ 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," (2) Past performance and 3) Price-- price warranty to include four (4) option years. 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. Place of Performance: Food and Drug Administration 8800 Rockville Pike Bethesda, MD 20892 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. All responsible sources that can provide and meet the above requirements, shall submit written quotation by the response date. QUESTIONS DUE: All questions must be received by email to: karen.petty@fda.hhs.gov, no later than 5:00pm, EST on or before Friday July 17, 2009. QUOTATIONS DUE: All quotations must be received by email to: karen.petty@fda.hhs.gov, no later than 5:00pm, EST on or before, Friday, July 24, 2009. Telephone calls will not be accepted. 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-09-1055582/listing.html)
- Place of Performance
- Address: 8800 Rockville Pike, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN01872849-W 20090715/090713234905-baac8377bbc10fc6e55f17155f67e23c (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 |