SOLICITATION NOTICE
J -- Annual Maintenance Plan for a Thermo Scientific HPLC-LTQ XL Mass Spectrometer System
- Notice Date
- 7/24/2012
- 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
- 1105729r
- Archive Date
- 8/14/2012
- 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
- 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; 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 below requirement under Simplified Acquisition Procedures. The solicitation number is 1105729r. 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) 2005-58, May 18, 2012. The associated North American Industry Classification System (NAICS) Code is- 811219 - Other Electronic and Precision Equipment Repair and Maintenance; Small Business Size Standards is $19.0 in millions of dollars. This combined synopsis/solicitation is open to full and open competition. 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 July 30, 2012 to james.rawls@fda.hhs.gov, Fax (870) 543-7990, or mail to the U. S. Food and Drug Administration (FDA), OO/OFBA/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. The Food and Drug Administration is soliciting for an annual maintenance plan for a Thermo Scientific HPLC-LTQ XL Mass Spectrometer System for a base period of one (1) year and two (2) 1-year options. Item #1 Maintenance Plan for HPLC-LTQ XL Mass Spectrometer System Serial Number: LTQ21306 1250 Pump Serial Number: 925024 The maintenance plan shall provide coverage on an LTQ XL system composed of an HPLC pump (Accela), a photodiode array detector (Accela), an open-access autosampler (Accela), and an LTQ XL mass spectrometer including external rotary pumps. The coverage shall afford at least one preventive maintenance visit and at least one incident visit annually with no greater than a 5-day on-site response time. Unlimited technical support via phone, email, and/or web with a response time no greater than 3 business hours. The plan shall provide OEM certified replacement parts for malfunctioning components at least once a year. Software and firmware updates are also to be provided at the time of preventive maintenance and/or incident visit. Period of Performance: August 1, 2012 - July 31, 2013 *Price: _________________ GSA Contract Number (if applicable): ________________________ Item #2 Option Period #1 Maintenance Plan for HPLC-LTQ XL Mass Spectrometer System Period of Performance: August 1, 2013 - July 31, 2014 *Price: _________________ Item #3 Option Period #2 Maintenance Plan for HPLC-LTQ XL Mass Spectrometer System Period of Performance: August 1, 2014 - July 31, 2015 *Price: _________________ *Price shall be inclusive of all labor, travel, parts, and all other associated costs neccssory to affect maintenance repairs. FOB Destination - U.S. Food and Drug Administration, 10903 New Hampshire Ave, Silver Spring, MD 20993 Contract Type - Commercial Item - Firm fixed price. Simplified procurement procedures will be utilized. The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items applies to this solicitation. Addendum to FAR Clause 52.212-1: FAR 52.212-1(c) is amended to require the offer to hold their offer firm through 30 Sept. 2012. Offerors are afforded the opportunity to inspect the system by contacting the Contract Specialist/Contracting Officer identified herein to schedule an appointment. Failure to inspect the system will not relive the successful offeror from fully meeting the requirements of the resulting contract at the price offered. 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 that 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. 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 the purchase order to the responsible offeror who offer conforming to the solicitation will be the most advantageous to the Government on price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability of the services offered to meet the Government's requirement. (ii) Price. (inclusive of options) The government will award the purchase order to the lowest price technically acceptable quote. Technical capability will be determined by review of information submitted by the quoter, which must provide a description in sufficient detail to show that the item quoted meet the Government's requirements and services and that only OEM certified parts and field service engineers will be utilized. 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 are incorporated by reference: FAR Clause 52.217-9, Option To Extend The Term Of The Contract. (Mar 2000): (a) "...within one (1) calendar day of contract expiration...at least 30 calendar days..." (b) "...shall not exceed three (3) years." The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Mar 2012), applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.204-10, 52.209-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-3 Alt III, 52.225-13, 52.223-18, and 52.232-33. Clauses and provisions incorporated by reference can be obtained at https://www.acquisition.gov/far.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/1105729r/listing.html)
- Place of Performance
- Address: U.S. Food and Drug Administration, 10903 New Hampshire Ave, Silver Spring, Maryland, 20993, United States
- Zip Code: 20993
- Zip Code: 20993
- Record
- SN02813298-W 20120726/120724235750-37bdc05896d3ea5605bed5f4d96167f1 (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 |