Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 18, 2007 FBO #1969
SOLICITATION NOTICE

J -- Maintenance and repair of copier equipment

Notice Date
4/16/2007
 
Notice Type
Solicitation Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, MD, 20892-7902, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
NHLBI-PB-CSR-2007-130-CDM
 
Response Due
4/26/2007
 
Archive Date
5/11/2007
 
Small Business Set-Aside
Total Small Business
 
Description
The National Heart, Lung, and Blood Institute (NHLBI) Division of Extramural Research Activities (DERA) has a requirement for the Center for Scientific Review (CSR) of the National Institutes of Health (NIH) to purchase full service and preventive maintenance agreement for the following Canon equipment: Copier model IR400, Serial numbers MRZ04994, MZR05026, MRZ05027, MRZ06475, MRZ04981 and MRZ05021; Copier model IR8500, serial numbers MPB03632, MPB03611; 3) Copier model IR330/300 serial numbers NQJ57244, NQJ57280, NQJ57239, NNY19556; Copy machine model CLC900, serial number NJC07693; Excess copy charges; Pre-inspection charges. The service contract is for a twelve (12) month period, from May 1, 2007 through April 30, 2008. The service contract shall include seven (7) day service upon request. The respond time shall be within four (4) hours from the telephone call or electronic request for service by the NIH representative. The service technicians shall be Canon Factory trained with a minimum of six (6) years experience. Product training shall be provided by a specialist on Canon Color, Black and White copiers and Network Engineers on how best utilize and operate the copiers. The proposals will be evaluated based on the responsiveness of the proposal and on the Government requirements as set forth in this solicitation; the ability to demonstrate capacity of the offeror to provide the service as specified herein; demonstrate success past performance in previous similar requirement on other contracts; referenced of successful past performance are also required. This acquisition is being conducted under simplified acquisition procedures, in accordance with Federal Acquisition Regulations, Part 13-Simplified Acquisition Procedures. This requirement is classified under the North American Industry Classification System (NAICS) code 811219, size standard $6.5 Million. This is a Small Business Set-Aside requirement. Proposals are due on April 26, 2007 at 9:00 a.m. Eastern Time. The award will be made based on the lowest price, technically acceptable proposal meeting the Government?s requirements as specified herein. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore the initial offer should contain the offeror?s best terms from a technical and price standpoint. However the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers and/or waive informalities and minor irregularities in offers received. The offeror must include in the proposal the prompt payment discount terms, the Offeror? Dun and Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN) and the certification of business size of the company. The Offeror must also register in the Government?s contractor Registry System at www.ccr.gov. Offerors may submit their proposal in writing to the National Heart, Lung and Blood Institute, DERA, Procurement Branch, Office of Acquisition, Building Rockledge 2, Suite 6042, Room 6149, 6701 Rockledge Drive, Bethesda, MD 20892-7902, Attention Ms. Cecilia D. Morales, Contract Specialist. Fax Proposals may be sent to (301) 480-3345 and electronic proposals may be sent to moralesc@nhlbi.nih.gov. All responses will only be accepted if dated and signed by an authorized company representative. All responses if timely received, shall be considered by the agency.
 
Place of Performance
Address: Bethesda, Maryland
Zip Code: 20892-7760
Country: UNITED STATES
 
Record
SN01274123-W 20070418/070416220319 (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.