Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 30,1997 PSA#1962

Centers 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