SOLICITATION NOTICE
J -- Mass Spectrometer Maintenance and Service Agreement
- Notice Date
- 6/14/2011
- 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
- 1088919
- Archive Date
- 7/2/2011
- Point of Contact
- Howard Nesmith, Phone: 870-543-7459
- E-Mail Address
-
howard.nesmith@fda.hhs.gov
(howard.nesmith@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 Federal Acquisition Regulation (FAR) format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The government intends to issue a Purchase Order in accordance with FAR PART 13.106 for the attached requirement under Simplified Acquisition Procedures. The solicitation number is 1088919. 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) 2005-50, May 16, 2011. The associated North American Industry Classification System (NAICS) Code is- 334516 - Analytical Laboratory Instrument Manufacturing; Small Business Size Standards is 500 in number of employees. This combined synopsis/solicitation is set-aside for Small Business. Respondents are responsible for delivery in person, by e-mail, fax, mail or other delivery method their complete proposal and any additional documents before 9:00 am (Central Standard Time - Local Prevailing Time in Jefferson, Arkansas) on June 17, 2011 to howard.nesmith@fda.hhs.gov, Fax (870) 543-7990, or mail to the U. S. Food and Drug Administration, OC/OSS/OAGS, Attention of Howard Nesmith, 3900 NCTR Road, Jefferson, AR 72079-9502. PLEASE NOTE - The above contact information is for the Contracting Office and not necessarily the delivery address. The delivery address is indicated in the FOB Destination section below. When appropriate, Respondents should consult with delivery providers to determine whether their documents will be delivered prior to the scheduled time. For information regarding this solicitation, please contact Howard Nesmith by e-Mail at howard.nesmith@fda.hhs.gov, Phone (870) 543-7459, or FAX (870) 543-7990. The Food and Drug Administration is soliciting quotes for Mass Spectrometer Maintenance and Service Agreement. This instrumentation requires proper care and maintenance for optimal performance. Any award(s) resulting from this solicitation is contingent on the availability of funds within the 2011 Fiscal Year. Quotes shall be valid thru September 30, 2011. Respondents are requested to provide a quote for the initial item (Item #1) and encouraged to provide quotes for the additional items for the possibility of extending any awarded contract based on Item #1. Respondents may provide quotes for as many of the additional items as reasonably possible. If the additional items beyond Item #1 have an increase in price the Respondent must provide an explanation for the bases of each increase. Item #1 Mass Spectrometer Maintenance and Service Agreement Make: Agilent 7700x ICP-MS Model Number: G3281A Serial Number: JP10140318 Service Specifications • Unlimited on-site service visits for instrument repair. The vendor shall provide all travel, labor and parts at no additional charge. • Software and firmware updates and notifications. • Service contract coverage shall include trouble-shooting capabilities based on complete knowledge of the entire instrument, immediate access to certified replacement parts, and immediate access to improvements and new procedures provided by the original vendor and manufacturer. • Service shall be provided by service engineers who are trained and certified by the original manufacturer. Engineers shall have access to the manufacturer's latest technical developments, repair procedures, application updates, diagnostic software, and planned maintenance procedures. • The contract shall enable the Project Officer to have access to the manufacturer's call center for technical assistance, which is staffed by senior engineers to provide a high level of expertise for troubleshooting the instrument. • The offeror shall be able to guarantee that a service engineer will be able to work on site within five business days of notification. • The vendor shall provide all travel, labor and parts at no additional charge. • One scheduled preventative maintenance (PM) visit per year, which includes all consumable parts required to complete the PM. At minimum, the following services should be completed during the PM visit: o Pre-PM performance checks o Roughing pump maintenance, including oil mist filter o Inspect vacuum hoses, pump exhaust tubes and power cord for excessive wear o Inspect shield plate contacts, clean and replace as needed o Inspect tape lining on the peristaltic pump clamp, replace if worn o Chiller maintenance o Remove extraction/omega lenses and clean o Remove reaction cell, plate bias and quadrupole offset lens, clean all lenses o Replace octopole o Post-PM performance check to confirm that the system meets the manufactures performance specifications Performance Period: July 01, 2011 - June 30, 2012 (Base Period) Unit Price: ______________________ Item #2 Mass Spectrometer Maintenance and Service Agreement 1st Option Period Performance Period: July 01, 2012 - June 30, 2013 Unit Price: ______________________ Item #3 Mass Spectrometer Maintenance and Service Agreement 2nd Option Period Performance Period: July 01, 2013 - June 30, 2014 Unit Price: ______________________ Item #4 Mass Spectrometer Maintenance and Service Agreement 3rd Option Period Performance Period: July 01, 2014 - June 30, 2015 Unit Price: ______________________ Item #5 Mass Spectrometer Maintenance and Service Agreement 4th Option Period Performance Period: July 01, 2015 - June 30, 2016 Unit Price: ______________________ FOB Destination - U.S. Food and Drug Administration, Arkansas Regional Laboratory, 3900 NCTR Rd., Jefferson, AR 72079. Contract Type - Commercial Item - Firm fixed price. Simplified procurement procedures will be utilized. An official authorized to bind the Offeror must sign the terms and conditions of the offer. Offerors that fail to furnish required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. CCR REQUIREMENT - Company must be registered on Central Contractor Registration (CCR) 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 provision at FAR 52.212-1 Instructions to Offerors - Commercial Items applies to this solicitation. The provision at FAR 52.212-2 Evaluation-Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (1) 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 of the items offered to meet the Government's requirement. (ii) Price. The government will award the purchase order to the lowest price technically acceptable quote. Technical acceptability will be determined by review of information submitted by the quoter which must provide a description in sufficient detail to show that the product/service quoted 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 service meets the technical requirements. Quotes 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 Provision at FAR 52.212-3, Offerors Representations and Certifications-Commercial Items, applies to this acquisition. An offeror shall complete only paragraph (b) of the provision if the offeror has completed the annual representations and certification 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: None. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-3, 52.225-13, and 52.232-33. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.arnet.gov. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) 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. A standard commercial warranty on parts and workmanship is required. The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/1088919/listing.html)
- Place of Performance
- Address: U.S. Food and Drug Administration, Arkansas Regional Laboratory, 3900 NCTR Rd., Jefferson, Arkansas, 72079, United States
- Zip Code: 72079
- Zip Code: 72079
- Record
- SN02472162-W 20110616/110614234832-22117054a01f777c8ce089bc0a44b4c5 (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 |