Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 23, 2012 FBO #4047
SOLICITATION NOTICE

J -- Maintenance, repair & rebuilding of equipment

Notice Date
12/21/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, Maryland, 20817
 
ZIP Code
20817
 
Solicitation Number
NIAID-NOI-13D-1615830
 
Archive Date
1/23/2013
 
Point of Contact
Clinton Scott, Phone: 301-402-5770, Phyllis K Exum, Phone: 301-402-5762
 
E-Mail Address
scottcl@niaid.nih.gov, Phyllis.Exum@nih.hhs.gov
(scottcl@niaid.nih.gov, Phyllis.Exum@nih.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation Notice of Intent 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; proposals are not being requested and a written solicitation will not be issued. The solicitation number for this acquisition is NIAID-NOI-13D-1615830 and the solicitation is being issued as a Notice of Intent on a sole source basis. This solicitation document and its incorporated provisions are those in effect through the Federal Acquisition Circular (FAC 2005-63). This acquisition will be processed under Simplified Acquisition Procedures and is not a Small Business Set-Aside. The National Institute of Allergy and Infectious Disease (NIAID) intend to procure from Life Technologies Corporation a Service Contract for DNA Synthesizer; S/N 334000029, Genetic Analyzer: S/N 1588-001, Sequence Detection System: S/N 279000286, Sequence Detection System: S/N 201571, Genetic Analyzer: S/N18225-024, DNA Synthesizer: S/N 334000062, Genetic Analyzer: S/N 1590-007. The Maintenance Service Contract will be issued for a Base Year and three (3) Option years to be exercised at the discretion of the government. The maintenance contract requested is to protect the quantitative PCR and DNA sequencing equipment used by the entire laboratory and includes Parts, Labor and Travel for remedial repair; no charge for planned maintenance visits; the number of planned maintenance visits LT estimates will be performed during the plan period is indicated in LT's quotation (A); Guaranteed priority response time of 2 business days after receipt of a service call. Life Technologies is the only company authorized to maintain and repair the specified equipment and computers. The company is the only source of certified manufacturer's replacement parts as they are the original equipment manufacturer. Moreover, Life Technologies service engineers are the only individuals who are authorized to order major sub-assemblies. Life Technologies does not authorize any third party service provider to perform maintenance and repair on these instruments. This equipment is proprietary equipment; 'all repair personnel' must be certified by the manufacturer to perform maintenance on the equipment to avoid risk or loss of warranty. The following factors for the analysis to be reliable and timely: Award will be based on: 1) Technical capabilities to meet the required specifications, 2) Delivery, 3) Installation, 4) Warranty, and 5) price. Warranty information to include period and coverage, shall be stated. The North American Industry Classification System (NIACS) Code for this acquisition is 811219, and the small-business size standard is 7.0 million. This is a firm fixed-price contract and the FOB terms are 'Destination' and Net 30. FAR provisions and clauses that apply to this acquisition: FAR 52.212-1, Instructions to Offerors, Commercial Items; FAR52.212-2 Evaluation-Commercial Items, FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; FAR52.212-4 Contract Terms and Conditions Commercial Items: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items; FAR 52.225-1, Buy American Act-Supplies; FAR 52.204-7, Central Contractor Registration; FAR 52.232-34, Payment by Electronic Funds Transfer- Central Contractor Registration. In order to be considered for an award, an offeror must have completed the online electronic Representations and Certifications located at http://orca.bpn.gov/ in accordance with FAR 4.1201(a). By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR at www.ccr.gov/ prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation [Note: Lack of registration in the Central Contractor Registration will make an offeror ineligible for award.] All responsible sources may submit an offer that will be considered by the Agency. Offers must be submitted no later than 5:00 P.M. Eastern Time on Tuesday January 8, 2013. For delivery of responses through the Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Drive, Suite 2NE70, Room 2NE38E, MSC 2811 Bethesda, Maryland 20892-4812. E-mail and Fax submissions are not authorized. Requests for information concerning this requirement must be submitted in writing, and can be faxed to 301-480-0469, or e-mailed to scottcl@niaid.nih.gov. It is the vendor's responsibility to confirm receipt of all quotations and/or questions by the closing date of this announcement by contacting Clinton Scott at 301-402-5770. Collect calls will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/NIAID-NOI-13D-1615830/listing.html)
 
Place of Performance
Address: National Institute of Allergy and Infectious Diseases, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02955139-W 20121223/121221235416-5f39474df549eb9c79d1c2240e0ef598 (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.