SOLICITATION NOTICE
J -- Maintenance and Repair
- Notice Date
- 1/14/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- 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
- F1068250
- Archive Date
- 2/13/2010
- Point of Contact
- William T. Lee, Phone: 3014435863, Doreen Williams,
- E-Mail Address
-
william.lee@fda.hhs.gov, doreen.williams@fda.hhs.gov
(william.lee@fda.hhs.gov, doreen.williams@fda.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- 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 purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 05-37. This solicitation is issued as a Request for Quotations (RFQ). This announcement constitutes the only solicitation and a written solicitation will not be issued. This synopsis, NAICS code 811219, is to notify contractors that the government intends to issue a Purchase Order in accordance with FAR Part 13.106 for the following specifications, under the simplified acquisition procedures. This solicitation is posted full and open for all qualified businesses and will be awarded as 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. 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 Office of Regulatory Affairs (ORA) has requested the purchasing of a one-year maintenance and service contract for four mass spectrometers located in ORA field laboratories. Brand Name or Equal (Thermo Electron North America, LLC.) LTQ XL MS Systems (S/N: LTQ20573, LTQ20574, LTQ20572, LTQ20562) WORK DESCRIPTION Each maintenance/service contract includes an unlimited number of demand on-site service visits with a maximum of 72-hour response time. The short response time is of critical value to the field labs to prevent building a back-log of samples. Most of the instruments in the labs operate around the clock to process samples that require a fast turn-around time due to numerous factors: perishable import samples need to be tested fast so as to make a decision on the admissibility of the product before it deteriorates at the dock, consumer-complaints need to be resolved as soon as possible, any analysis related to identifying outbreaks also is high-priority. Due to the sensitive nature of the analyses the ORA field labs have to perform on a daily basis, instrument reliability is of utmost importance. Instrument reliability can be achieved by appropriate service coverage administered by a professional company that can deliver the services in a fast, effective manner. The service contract also includes support for technical inquiries within 2 hours. This is another very important feature the labs take advantage of routinely. Many minor software or hardware problems may have simple solutions that can be addressed with technical phone support, thus further reducing instrument down-time. Also, whenever the ORA field labs are faced with a new challenge, a new analyte to screen for, they have to rapidly develop new methods. Availability of advice from the vendor’s technical support staff when trying to run new methods on the instruments is a valuable resource. It aids in speedy implementation of new LC-MS methods to respond to new challenges. The service contract also includes one preventative maintenance visit – maintenance visits prolong the life of the instruments, systematically replace consumable parts, and catch minor problems before they turn into big issues. Having the routine maintenance performed by the professionals most familiar with the instruments frees up time of FDA lab personnel. These visits also ensure that laboratories are in compliance with quality management system requirements. The service contract also includes factory-certified replacement parts. The service contracts ensure reliable operation of the field instruments which in turn supports the critical analytical work the ORA labs perform on an everyday basis to promote food safety and defense.. FOB: Destination DELIVERY SCHEDULE: 30 days after award SERVICE LOCATIONS: Instrument Serial NoLocationPeriod of Service Coverage LTQ20574FDA 22201 23rd Drive, SE Bothell, WA 98021January 21, 2010 to February 28, 2011 LTQ20562FDA 3900 NCTR Road Jefferson, AR 72079March 28, 2010 to February 28, 2011 LTQ20573FDA 19701 Fairchild Road Irvine, CA 92612-2506Approval date of current requisition to February 28, 2011 (this contract expired on Dec 3rd, 2009) LTQ20572FDA NRL Lab 158-15 Liberty Ave, Jamaica, NY 11433February 11, 2010 to February 28, 2011 EVALUATION AND AWARD: The award will be made to the offeror whose proposal conforms to the terms and conditions of the solicitation under a Firm Fixed Price Purchase Order. Evaluation for Award: The award will be made to the party whose quote offers the best value to the government, technical and price. The Government may award this purchase order to other than the lowest priced technically acceptable quote. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor “Meeting the Technical Requirements”; 2) Price. Meeting the Technical Requirements is significantly more important than price. The FDA intends to make an award immediately after the response of this notice. The award will be made in accordance with FAR Part 13, Simplified Acquisition Procedures. 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. QUESTIONS DEADLINE: All questions are to be submitted via email to: william.lee@fda.hhs.gov no later than January 20, 2009 4:30 p.m. EST. No phone calls will be accepted. QUOTATIONS DUE: All quotations are due, via email to: william.lee@fda.hhs.gov, no later than January 29, 2009, 2:00 p.m. EST. PROVISIONS and CLAUSES: The provision at FAR 52.212-1, Instructions to Offerors Commercial Items applies to this solicitation. 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 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. FAR 52.217-9.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/F1068250/listing.html)
- Record
- SN02042443-W 20100116/100114234502-e9c5b48d474ec2a00bbe12775687841e (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 |