Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 28, 2017 FBO #5818
SOLICITATION NOTICE

J -- Maintenance on Trace 1310 GC/MS Equipment - Package #1

Notice Date
10/26/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, Centers for Disease Control and Prevention, Acquisition and Assistance Field Branch (Pittsburgh), Post Office Box 18070, Cochrans Mill Road, Pittsburgh, Pennsylvania, 15236-0070
 
ZIP Code
15236-0070
 
Solicitation Number
2018-Q-16891
 
Archive Date
11/16/2017
 
Point of Contact
Eric D. Sullivan, Phone: 4123865290
 
E-Mail Address
lrv4@cdc.gov
(lrv4@cdc.gov)
 
Small Business Set-Aside
N/A
 
Description
Commercial Clauses Statement of Work This is a combined synopsis/solicitation for commercial services 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; quotes are being requested and a written solicitation will not be issued. The solicitation number for this requirement is 2018-Q-16891 and is hereby issued as a Request for Quote (RFQ) using FAR Subpart 13.1 Simplified Acquisition Procedures. The Centers for Disease Control and Prevention, National Institute of Occupational Safety and Health (NIOSH) located in Morgantown, West Virginia has a need for a full maintenance agreement on a Thermo Scientific Trace 1310 gas chromatograph, TSQ 8000 Evo triple quadrupole mass spectrometer, a split/splitless inlet and an AI 1310 auto sampler with a 155 position tray. The successful offeror will provide all labor, materials, equipment and supervision to maintain and repair this equipment during the period of performance. The Centers for Disease Control and Prevention intends to award a firm-fixed-price contract for this requirement with FAR Part 13. Please provide a pricing proposal containing the below information including a list of line item number(s) and items, quantities, units of measure, and options, if applicable: Item Supplies/Services Unit Total Price CLIN 0001 Maintenance Services in accordance with the attached Statement of Work 1 Job $_______________ CLIN 0002 Option year 1 1 Job $_______________ CLIN 0003 Option year 2 1 Job $_______________ CLIN 0004 Option year 3 1 Job $_______________ CLIN 0005 Option year 4 1 Job $_______________ Your quote shall include the following: · Total Price for CLIN 0001 and all optional line items. · Technical capabilities in accordance with the Statement of Work and Evaluation Factors Please see the attached Statement of Work (SOW) for a more complete description of the specific tasks to be completed under this contract. QUOTERS ARE ADVISED AN AWARD MAY BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE QUOTES RECEIVED. Quoters should not assume they will be contacted, or afforded the opportunity to qualify, discuss, or revise their proposals. Therefore, the initial quote should contain the quoter's best terms from a technical and price standpoint. All quotes must include the full name, address, and DUNS number of the business to be named on the purchase order as well as the full name, phone number, and email address of the person who can accept the final purchase order. It is the quoter's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions may be accessed via the Internet at website http://farsite.hill.af.mil. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-95 (January 19, 2017) This is a Full and Open Competition under North American Industry Classification System (NAICS) code 811219-Other Electronic and Precision Equipment Repair and Maintenance with a small business size standard of $20.5 million. Quotes are due on Wednesday, November 1, 2017, by 11:00 AM Eastern Standard Time and must be sent via email to the attention of Eric Sullivan at lrv4@cdc.gov. Hard copies will not be accepted. The Offeror must cite RFQ Number 2018-Q-16891 in the email subject line. Evaluation and award of the purchase will be performed in accordance with applicable sections of FAR Part 12 Commercial Items and FAR Part FAR 13 Simplified Acquisition Procedures. The Offeror must have an active registration with the System for Account Management (SAM) prior to award of the purchase order in accordance with FAR Clause 52.204-7. Proposals must be submitted in two parts: a technical proposal and a pricing proposal. After evaluation of the following technical factors, award will be made to the lowest priced technically acceptable offer. Each offer will be evaluated on a pass/fail basis, so offerors are cautioned that they should submit responses in sufficient detail to enable the government to evaluate their capabilities and experience. Evaluation Criteria: In order to be technically acceptable, the technical proposal must demonstrate: 1. That only Thermo Scientific factory certified engineers will be conducting any maintenance on the instruments. 2. That a 72 hour response time will be honored for all on-site repairs. 3. That the contractor is proficient in both XCalibur and TraceFinder software packages. 4. Capability of providing unlimited call center technical and software support with priority status during normal business hours. 5. Capability to provide unlimited web based support consistent with the Statement of Work. Questions must be submitted via email to Eric Sullivan at lrv4@cdc.gov no later than 2:00 PM, Friday, October 26, 2017. There are three Attachments to this announcement: 1. Statement of Work. 2. Clauses applicable to this synopsis/solicitation
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/CMBP/2018-Q-16891/listing.html)
 
Place of Performance
Address: Centers for Disease Control and Prevention, 1095 Willowdale Road, Morgantown, West Virginia, 26505, United States
Zip Code: 26505
 
Record
SN04723601-W 20171028/171026230752-e1eb14f31acb91f18579256633689b9f (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.