Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 15, 2006 FBO #1511
SOLICITATION NOTICE

66 -- Preventive Maintenance/Maintenance and Repair to Laboratory Equipment

Notice Date
1/13/2006
 
Notice Type
Solicitation Notice
 
NAICS
423690 — Other Electronic Parts and Equipment Merchant Wholesalers
 
Contracting Office
Department of Health and Human Services, Center for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000, Atlanta, GA, 30341-4146
 
ZIP Code
30341-4146
 
Solicitation Number
200-2006-N-08327
 
Response Due
1/27/2006
 
Archive Date
1/30/2006
 
Description
The Centers for Disease Control and Prevention (CDC) intends to acquire Preventive Maintenance/Maintenance and Repair services to Applied Biosystems Laboratory Equipment/Instruments. The CDC believes that its requirements are met by only one provider, Applied Biosystems, however all responsive sources that can meet the requirements listed herein may submit a proposal which will be considered by the agency. Description of the requirements are: General Description: The Contractor, as an independent organization and not as an agent of the Government, shall furnish all personnel, materials, supplies and equipment to provide Preventive Maintenance/Maintenance and Repair Services to Applied Biosystems Laboratory Equipment/Instruments. Equipment list as follows: (1) API4000 J0970109 (2) API4000 J1730112 (3) API4000 J1030110 (4) API4000 J2520202 (5) API4000 J2480202 (6) API4000 S0210207 (7) API4000 J2360202 (8) API4000 J2990204 (9) API4000 J2530202 (10) API4000 J2560202 (11) API4000 J1860112 (12) API4000 J2510202 (13) API4000 J2440202 (14) API 4000 QTRAP U00940402 (15) API4000 J1130110 (16) API4000 J2540202 (17) API4000 V2580309 (18) API4000 V2500308 (19) API4000 V0240212 (20) Voyager DE STR 4161 (21) 4700 Proteomics Analyzer 347000060 (22) Symbiot XVI 654000021 (25) Peak Gas Generator J2-04-03 (26) Peak Gas Generator J2-10-61 (27) Peak Gas Generator J3-01-10 (28) Peak Gas Generator J2-06-32 (29) Peak Gas Generator J2-08-14 (30) Peak Gas Generator J2-07-74 (31) Peak Gas Generator A1-10-03 (32) Peak Gas Generator A2-03-20 (33) Peak Gas Generator A2-02-17 (34) Peak Gas Generator J2-06-02 (35) Peak Gas Generator A2-03-19 (36) Peak Gas Generator A2-03-21 (37) Peak Gas Generator A1-10-08 (38) Peak Gas Generator J4-03-63 (39) Peak Gas Generator A2-03-22 (40) Peak Gas Generator A1-08-09 (41) Peak Gas Generator J4-03-61 (42) Peak Gas Generator J4-02-65 (43) Peak Gas Generator J3-01-11 (23) API 4000 QTRAP (1) U04210505 (24) API 5000 (1) AG00730502 (44) Peak Gas Generator (1), (2) (45) Peak Gas Generator (1), (3) (1) Instruments not installed yet. Actual coverage dates and pricing will be determined after install is completed. (2) Peak Gas Generator goes with API 4000 QTrap serial# U04210505; need Peak Serial number. (3) Peak Gas Generator goes with API5000 serial# AG00730502; need Peak Serial number. Evaluation Criteria The following evaluation Criteria will be used to evaluate offers: a) Technical capability to meet the government?s need; b) Delivery; c) Price; d) Past Performance; e) Warranty. This is an all or none requirement. Preventive Maintenance/Maintenance and Repairs of Applied Biosystems Equipment/Instruments. THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLITICTATION; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Descriptive literature shall be in sufficient detail as to demonstrate that the maintenance agreement offered meets or exceeds the government needs. Award will be made to the vendor who submits a proposal that offers the best value to the Government in terms of technical ability and price. The Government may make its decision on the basis of initial proposal received and not conduct discussions. Therefore, each initial proposal should contain the offerors best terms from both a price and technical standpoint. Period of Performance: One (1) year from date of Award with four (4) twelve (12) month option years. The following provision(s) apply to this acquisition: 52.212-1 Instructions to Offerors ?Commercial Items (JAN 2004) applies to this acquisition; 52.212-2, Evaluation ? Commercial Items (JAN 1999); the evaluation criteria stated in paragraph (a) of this provision are as follows a) Technical capability to meet the government?s need; b) Delivery; c) Price; d) Past Performance. The clause 52.212-4, Contract Terms & Conditions ? Commercial Items (OCT 2003) applies to this acquisition. The following FAR Clauses are hereby added to this clause: The clause at 52.212-5 ? Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (JUN 2004) applies to this acquisition. The following clauses listed in paragraph (b) of 52.212-5 apply to this acquisition: (1), (3), (7), (14), (15), (17), (18), (20), (24), and (30). FAR clauses 52.222-41 Service Contract Act of 1965 (MAY 1989), 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989) and 52.222-20 Walsh-Healey Public Contracts Contracts Act ((DEC 1996) may also apply. The following FAR clause 52.228-5 Insurance-Work on a Government Installation (Jan 1997) and FAR 52.217-8 Option to Extend Services (Nov 1999) and 52.217-9 Option to Extend the Term of the Contract (Mar 2000) may also apply. OFFERORS SHALL INCLUDE A COMPLETED COPY OF THE PROVISION AT 52.212-3, OFFERORS REPRESENTATIONS AND CERTIFICATIONS ? COMMERCIAL ITEMS, WITH YOUR PROPOSAL. The best way to complete this certification is to download the FAR Clauses (Volume II) at http://www.arnet.gov/far, print out the clause 52.212-3, Offeror Representation and Certification, and fill in the appropriate blanks. This procurement is not set-aside for small business. Offers will be due 02/06/2006 by 2:00 PM EST at Centers for Disease Control and Prevention; Procurement and Grants Office, Acquisition and Assistance Branch, Attn: Richard Jenkins; Rjenkins@cdc.gov; 2920 Brandywine Road, Colgate Bldg., Atlanta, GA 30341. Facsimile offers will NOT be accepted. All quotes must be clearly marked on the envelope with the following: RFP #200-2006-N-08327 Attn: Richard Jenkins. All responsible sources that can meet the above requirements may submit a proposal, which will be considered by the Agency.*****
 
Place of Performance
Address: Department of Health and Human Services, Center for Disease Control and Prevention,(Atlanta), 1600 Clifton Road, NE, Building #1, SubSub Basement Room #396, Atlanta, GA, 30333
Zip Code: 30333
Country: USA
 
Record
SN00966306-W 20060115/060113211851 (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.