|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 30,1997 PSA#1962Centers for Disease Control and Prevention (CDC), Procurement & Grants
Office, Contracts & Purchases Branch, 255 East Paces Ferry Rd., NE, Rm
419, Atlanta, GA 30305 J -- PREVENTIVE MAINTENANCE AND EMERGENCY REPAIR OF EQUIPMENT
MANUFACTURED BY PERKIN ELMER, ENVIRONMENTAL HEALTH LABORATORY SCIENCES
DIVISION OF NATIONAL CENTER FOR ENVIRONMENTAL HEALTH. SOL 98S034(C)
DUE 111897 POC Wanda Allison, Contract Specialist, (404) 842-6738 This
a combined synopsis/solicitation for commercial items prepared in
accordance with the format in Federal Acquisition Regulations (FAR)
Subpart 12.6, as supplemented with additional information included in
this notice. This announcement constitutes the only solicitation;
proposals are requested and a written solicitation will not be issued.
This is Solicitation 98S034(C) and is issued as a Request for
Proposals (RFP). The solicitation document and incorporated provisions
and clauses are those in effect through Federal Acquisition Circular
Number 97-01. The procurement is unrestricted. The standard industrial
classification code (SIC) is 7699. Small business size standard:
average annual receipts for the 3 preceding fiscal years do not exceed
$3,500,000. Contractor shall furnish all material, labor, tools,
parts, and supplies, and equipment necessary to provide a full
protection contract to include maintenance, routine and emergency
repair service for Government-owned Perkin-Elmer equipment listed
below. Annual preventive maintenance visit is required. Provide price
per month for a 12 month base period and for Four 12 month option
periods for the following CONTRACT LINE ITEMS: 1. Autosampler AS-60 SN
6579; 2. Autosampler AS-60, SN 7624; 3. Autosampler AS-60, SN 8427; 4.
Autosampler AS-60, SN 8528; 5. Autosampler AS-70, SN 6644; 6.
Autosampler AS-70, SN 6741; 7. Autosampler AS-71, SN 5427; 8.
Autosampler AS-71, SN 5433; 9. Autosampler AS-72, SN 1500; 10. AS91, SN
3015; 11. AS91, SN 6137; 12. EDL Power Supply, SN 110785; 13. EDL
System 2, SN 52241; 14. ICPMS Elan 6000, SN 3339705; 15. AA FIMS 400,
SN 4249; 16. Furnace Cooling System, SN 4848; 17. Furnace Cooling
System, SN 4872; 18. Furnace Cooling System, SN 5738; 19. HGA Cooling
System, SN 4134; 20. HGA Cooling System, SN 4242; 21. HGA-600, SN 4463;
22. HGA-600, SN 5091; 23. HGA-600, SN 5616; 24. HGA-600 M/S, SN 5693;
25. Neslab Chiller, SN 294188074; 26. SIMAA 6000, SN 5144; 27. AA
Zeeman-5100, SN 6145; 28. AA Zeeman-5100, SN 6677; 29. AA Zeeman-5100,
SN 7058; 30. AA 4100ZL, SN 6381; 31. AA 4100ZL, SN 6616; 32. AA
4100ZL, SN 6622; 33. AA 5100-PC, SN 130659; 34. AA 5100-PC, SN 135486;
35. AA 5100-PC, SN 144503; 36. AA 5100-PC, SN 149656; and 37. 5100ZL
Furnace Module, SN 8270. DESCRIPTION OF REQUIREMENTS TO BE ACQUIRED: An
annual preventive maintenance visit is required for all equipment,
which shall consist of a diagnostic examination and replacement of any
parts (including expendables) which show significant signs of wear or
signs of imminent failure. Service calls shall be performed during the
Government s working days and hours only which are Monday through
Friday from 7:00 a.m. to 4:30 p.m. excluding Federal holidays. Service
response must take place within 72 hours of the initial telephone call
from Government personnel. NO WEEKEND SERVICE, OR SERVICE ON GOVERNMENT
HOLIDAYS SHALL BE REQUIRED. All items of equipment are located in the
Nutritional Biochemistry Branch, rooms 2510, 2515, and 1815 of Building
17, 4770 Buford Hwy, NE, Atlanta, GA 30341. The FAR provisions at
52.212-1, Instructions to Offerors -- Commercial Items and FAR
52.212-2, Evaluation -- Commercial Items apply to this acquisition.
EVALUATION FACTORS: The following factors are listed in descending
order of importance and shall be used to evaluate offers: Offeror shall
demonstrate: (1) Experience: the ability to maintain and repair
equipment outlined above, statement of offeror s corporate experience,
including the firm s general background and qualifications and
description of relative work performed during the past five years; (2)
Past Performance: Demonstrate at least three years experience on
current or completed contracts, similar in size and complexity to the
requirement of this RFP, include: Names and addresses of Company or
Government Agency, name and telephone number of customer contacts along
with contract number(s) and description of work performed. Technical
proposals and cost or price proposals will be of approximately equal
importance. It is the intent of the Government to make a single award
to the responsible offeror whose proposal conforms to all requirements
of the solicitation and is considered to be most advantageous to the
Government. The offeror is advised that FAR provisions 52.212-4,
Contract Terms and Conditions -- Commercial Items and 52.212-5,
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders-Commercial Items apply to this acquisition. Offers are
due November 18, 1997, 2:00 p.m. local time. Submit the following to
the Centers for Disease Control and Prevention/PGO, ATTN: Wanda
Allison, 255 East Paces Ferry Road, NE, Atlanta, GA 30305: (1) an
original and three copies of a completed SF-1449, signed by an official
authorized to bind the organization; (2) Price Lists, with commensurate
trade discounts, for Line Items 1 through 44; (3) completed
Representations and Certifications-Commercial Items; (4) data required
under Evaluation Factors; and (5) acknowledgment of solicitation
amendments, if any. Offers that fail to furnish the required
information, or reject the terms and conditions of the solicitation may
be excluded from consideration. Award of a firm-fixed price contract
will be made on or about December 1, 1997 for a contract period of one
year. Information regarding this solicitation can be obtained from
Wanda Allison at (404)842-6738. (0301) Loren Data Corp. http://www.ld.com (SYN# 0030 19971030\J-0013.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|