Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 23, 2012 FBO #3772
SOLICITATION NOTICE

66 -- XYZ Dispensing Platform

Notice Date
3/21/2012
 
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, Bldg 50 Room 422, Jefferson, Arkansas, 72079, United States
 
ZIP Code
72079
 
Solicitation Number
1098151
 
Archive Date
4/18/2012
 
Point of Contact
Marcia O Park, Phone: (870) 543-7405
 
E-Mail Address
marcia.park@fda.hhs.gov
(marcia.park@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 Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued. The solicitation number is 1098151, and is being issued as a Request for Quotations. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-57, dated March 15, 2012. The associated North American Industry Classification System Code is 334516 - Analytical Laboratory Instrument Manufacturing with a small business size standard of 500 employees. This acquisition is set aside for small businesses. The Food and Drug Administration Office of Regulatory Affairs (FDA/ORA) in Winchester, MA, requires an XYZ Dispensing Platform for assistance in development of a matrix-coded machine readable diagnostic device to detect pathogens and emerging biological threats in blood serum with extension to food matrices and food production environments. The equipment shall meet the following salient characteristics:. Shall have motorized X, Y, and Z aces with fully programmable coordinates and dispense parameters.. Shall have the capability for simultaneous dispensing or individual dispense of lines and dots.. Shall have a dynamic dispense range of 5 nl to 4 ul.. Shall have a positional accuracy of plus or minus 10 um in one axis and plus or minus 20 um in two axes.. Shall have repeatability of plus or minus 1% (line dispensing). Shall have dynamic dispense range of 1 ul per cm to 22 ul per cm.. Shall have a 450 mm x 70 mm dispense area. Shall have a handheld terminal control.. Shall include installation, training and 1 year warranty. Shall include Fluid Path Kit Pricing of the system shall include all items above with the following additional items which will start after expiration of the commercial warranty: Option Year Preventive Maintenance Service (to be separately prices) Option Year 1 Preventive Maintenance Service Option Year 2 Preventive Maintenance Service Option Year 3 Preventive Maintenance Service Option Year 4 Preventive Maintenance Service The total period of performance will not exceed 5 years to begin upon award of purchase order resulting from this RFQ. Service Records and Reports The Contractor shall, commensurate with the completion of each service call (inclusive of warranty service), provide the end-user of the equipment with a copy of a field service report/ticket identifying the equipment name, manufacturer, model number, and serial number of the equipment being serviced/repaired and detailing the reason for the service call, a detailed description of the work performed, the test instruments or other equipment used to affect the repair or otherwise perform the service, the name(s) and contact information of the technician who performed the repair/service, and for information purposes, the on-site hours expended and parts/components replaced. In addition, the Contractor shall provide monthly reports to the FDA COR and Contract Specialist, not later than the 5th work day following the end of each month, summarizing all maintenance and repair activities (including warranty work) for the previous month; negative reports are required. Parties interesting in responding to this RFQ must provide certification from the Original Equipment Manufacturer (OEM) that they are qualified to perform maintenance and repairs as well as have access to parts, service manuals and all other tools required to perform the maintenance requirement. Delivery of the system is to be made to 109 Holton Street, Winchester, MA 01890. An official authorized to bind the offeror must sign the terms and conditions of the offer. Funding for this project is contingent upon availability of Fiscal Year 2012 funds. The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition with no addenda. The purchase order awarded as a result of this RFQ shall be firm fixed price. Evaluation of offers: Technical merit is of greater importance than cost. The provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this acquisition. The offeror shall complete only paragraph (b) of this provision if the offeror has completed the Annual Representations and Certifications and Certifications electronically at http://orca.bpn.gov. The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition with no addenda. 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 Contractor shall comply with the additional following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (EO 13513) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (June 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138). 52.225-5, Trade Agreements (NOV 2011) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). 52.217-5, Evaluation of Options (JUL 1990) 52.217-9, Option to Extend the Term of the Contract (MAR 2000) (a) "... the Government gives the Contractor a preliminary notice of its intent to extend at least 60 days before the contract expires." (c) "The total duration of this contract, including the exercise of any options shall not exceed 5 years." Full text of clauses and provisions may be obtained by accessing www.acquisition.gov. CCR Requirement: Contractors must be registered in the Central Contractor Registration (CCR) System before an award can be made. If you are not registered in CCR, you may do so by going to the CCR web site at http://www.ccr.gov. Offerors that fail to complete the required representations and certifications, or reject the terms and conditions of this solicitation may be excluded from consideration. All responsible sources may submit an offer, which if timely received, shall be considered. The offer must reference solicitation number 1098151. The RFQ is due in person, by postal mail, fax or email to the point of contact listed below on or before close of business on April 3, 2012, in Jefferson, AR 72079-9502. Any questions regarding this notice shall be submitted no later than March 29, 2012. For information regarding this RFQ, please contact Marcia Park at 870/543-7405 voice, 870/543-7990 fax or email to marcia.park@fda.hhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/1098151/listing.html)
 
Place of Performance
Address: !09 Holton Street, Winchester, Massachusetts, 01890, United States
Zip Code: 01890
 
Record
SN02702117-W 20120323/120321235211-e449df09bb726e83a0def355c51adf65 (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.