SOLICITATION NOTICE
J -- SERVICE AND PREVENTIVE MAINTENANCE AGREEMENT
- Notice Date
- 1/10/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- Other Defense Agencies, Uniformed Services University of the Health Sciences, Directorate of Contracting, 4301 Jones Bridge Road, Bethesda, MD, 20814-4799
- ZIP Code
- 20814-4799
- Solicitation Number
- Reference-Number-LOG4C010
- Response Due
- 1/21/2004
- Archive Date
- 2/5/2004
- Point of Contact
- Jared Cooper, Contract Specialist, Phone 301-295-3970, Fax 301-295-1716, - Beverly Roberts, Contracting Officer, Phone 301-295-3868, Fax 301-295-1716,
- E-Mail Address
-
jcooper@usuhs.mil, broberts@usuhs.mil
- Description
- The Uniformed Services University of the Health Sciences, the Department of Defense?s medical school and health sciences university intends to solicit for an annual service and maintenance agreement for the listed Applied Biosystems, Inc. laboratory equipment. The performance period for the contract will begin on February 1, 2004 through January 31, 2005. Contractor is to provide unlimited emergency (remedial) repairs on an as needed basis on laboratory equipment listed in Section B and also include a one time Preventive Maintenance (PM) inspection on the laboratory equipment during the period of performance. Contractor shall provide all labor, parts, materials, tools, transportation and management necessary to maintain and repair the laboratory equipment listed on an as needed basis in strict accordance with OEM service specifications. Contractor shall provide technical support, application support, and operational assistance to Government personnel on an as needed basis via phone and on site assistance. The Government may modify this agreement with thirty (30) days written notification to add or delete items or to cancel the entire agreement on a pro-rated basis. This agreement may be renewed at the option of the Government for an additional term at mutually agreeable prices. SERVICE CALLS: The number of service calls placed with the contractor for remedial repair is unlimited. STANDARDS OF WORKMANSHIP: The quality of all services and supplies rendered hereunder will conform to the highest standards in the relevant profession, trade or field of endeavor. All services and supplies will be rendered by or supervised directly by individuals fully qualified in the relevant profession, trade or field, and holding any licenses required by applicable law and regulation. The contractor, if not the OEM, shall perform all services in accordance with OEM specifications and to provide all, if any, OEM system hardware, software, and firmware upgrades throughout the term of the contract. Accordingly, the contractor's work shall result in all equipment, working at 100% of factory specifications. This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6 the Federal Acquisition Regulation (FAR) Part 12, Commercial Acquisitions and FAR part 13.5 supplemented with additional information included in this notice. This announcement constitutes the solicitation; proposals are being requested and a written solicitation will not be issued. This notice is being used as request for proposal for: 0001) DNA Synthesizer, Model #: 394-08-120, Serial #: 95081974J, 12 mos; 0002) Cyclone Phosphorimager, Model #: B4312, Serial #: 425426, 12 mos; 0003) Peptide Synthesizer, Model #: 433A, Serial #: 100000010J, 12 mos.; 0004) DNA Synthesizer, Model #: 3948, Serial #: 100000027, 12 mos.; 0005) RNA/DNA Synthesizer, Model #: 394-08, Serial #: 94101833J, 12 mos.; 0006) Bio Cad, Model #: 700E/HPLC, Serial #: 1244, 12 mos. The provisions and clauses in the RFP are those in effect through FAC 2001-18. FAR CLAUSES and PROVISIONS: 52-212-1, Instruction to Offerors - Commercial Items (OCT 2000), 52.212-3 ? Offeror Representations and Certifications ? Commercial Items (JUN 2003), 52.217-9, Option to Extend the Term of the Contract (MAR 2000), 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (APR 1984); 52.222-35, Affirmative Action for Disabled Veterans and Vietnam Era Veterans (APR 1998); 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (JAN 1999); 52.225-3, Buy American Act Supplies (JAN 1994); 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (May 1999); 52.239-1, Privacy or Security Safeguards (AUG 1996). The clauses listed are not all inclusive for the firm-fixed price contract and additional clauses applicable to the fixed price contract may be added at time of contract award or any other clauses the Contracting office deems applicable to the effort. Evaluation factors will be based on technical and cost. The provision of FAR 52-212-1, Instruction to Offerors - Commercial Items applies to this acquisition. All offerors are required to submit a completed copy of Addenda to FAR Clause 52.212-1 1) Item (b) Submission of Offers is amended to include the following: Submit your proposal, acknowledgment of amendments (if any), FAR 52.212-3 ? Offeror Representations and Certifications ? Commercial Items, prior to an award. Telegraphic or facsimile offers are not acceptable. Period for acceptance of offers is amended to include the following: The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers. The provision at 52-212-1, Instruction to Offerors - Commercial Items, applies to this acquisition. Evaluation factors will be based on technical and cost. Also, submit offers with following information: Federal Tax Identification (TIN); Dun & Bradstreet Number (DUNS); remit to address if different; and business size. Applicants are also requested to provide their full mailing address (fax, telephone, and/or e-mail address if applicable). Request for Proposals ARE DUE BY JANUARY 21, 2004. Mailed to USUHS, Attn: Jared Cooper, 4301 Jones Bridge Road, Bethesda, MD 20814-4799, by telephone 301-295-3970 or via fax at 301-295-1716. All prospective offerors are cautioned that if selected for award, they must be registered with the Central Contractor Registration (CCR) Program in accordance with DFAR 204.7300. The CCR can be reached by calling 1-888-227-2423 or via the Internet at http://www.ccr.gov.
- Place of Performance
- Address: Bethesda, MD
- Zip Code: 20814-4799
- Country: United States
- Zip Code: 20814-4799
- Record
- SN00501772-W 20040112/040110211603 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |