SOLICITATION NOTICE
66 -- Annual maintenance for ten items of Applied Biosystems laboratory equipment.
- Notice Date
- 9/13/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- MICC - Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
- ZIP Code
- 84022-5000
- Solicitation Number
- W911S611T0065
- Response Due
- 9/23/2011
- Archive Date
- 11/22/2011
- Point of Contact
- Sandra Johnson, 435-831-2756
- E-Mail Address
-
MICC - Dugway Proving Ground
(sandra.j.johnson90.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Mission & Installation Contracting Command - Dugway Proving Ground office is contemplating the procurement of services for the maintenance and repair of Applied Biosystems Equipment. The period of performance consists of a base period of six months and four option periods of one year each. The Applied Biosystems items of equipment covered under this contract are: Item #Model #Serial Number 017500275001172 027500275001855 037500-FAST275011217 047500-FAST275011221 057900HT w/ robot200950 067900HT w/ robot279000752/TW06110N2844 077900HT w/ robot279001169/TW0649W2971 087900HT w/ robot279001427/TW0717N3006 093130-161344-026 103130-1617213-015 The contractor will provide one (1) on site preventative maintenance visit by qualified personnel for each of the above named equipment during each one (1) year term of this agreement. The preventative maintenance shall include all labor, travel, repairs, parts, shipping charges, and calibration (to include calibration kits) to keep the equipment running as intended by the manufacturer. The contractor will provide a certificate of inspection and calibration for each instrument at the time of the preventative maintenance visit. The preventative maintenance visit shall be coordinated with the nominated contracting office representative (COR). In the event of total stoppage of all or part of each of the systems listed above, the contractor shall provide technical support via telephone with qualified service, support or technical personnel within twenty-four (24) hours of notification. In the event that the problem cannot be completely resolved to the satisfaction of the government, the contractor shall provide onsite emergency service within seventy-two (72) hours of the initial notification. Onsite emergency service shall include all labor, travel, repairs, parts, and shipping charges to restore the equipment to its original operating condition by qualified personnel. Damage incurred due to misuse of the equipment shall be the responsibility of the government and will pay the contractor their standard rates for repairs on a case by case basis. All preventative maintenance visits and onsite emergency service shall be performed by the contractor during normal business hours, Monday through Thursday, 7:00 am to 5:00 pm, local time. NOTE: To be considered for this solicitation, interested bidders must submit evidence to document the knowledge, skills, and abilities to perform the required work. At a minimum, bidders must submit the following: 1.Statement of experience in reference to repairing and/or providing maintenance on Applied Biosystems equipment. Please note specifically any experience with the items of equipment included in this solicitation. 2.A list of references (with contact information) of individuals who are able to verify the experience listed in the submitted statement of experience referred to in item #1. 3.Copies of any applicable training certifications. Bidders failing to provide sufficient documentation to document evidence of possessing the knowledge, skills, and abilities to perform the required work will be considered non-responsive. Interested firms wishing to respond to this solicitation must provide pricing valid for a period of sixty (60) calendar days. This announcement constitutes the only solicitation requested and a written solicitation will not be issued. Supporting evidence must be furnished to demonstrate the ability to comply with the government's requirements. The solicitation is issued as a request for quote (RFQ). Submit written offers on RFQ W911S6-11-T-0065. All firms responding must be registered with the Central Contractor Registration (CCR). North American Industrial Classification Standard 811219 ($19) size standard in millions of dollars applies to this procurement. The following provisions and/or clauses apply to this RFQ: Local FAR Clauses: 52.000-4001, Foreign Visitors / Employees; 52.000-4002, Location of U.S. Army Dugway Proving Ground; 52.000-4003, Normal Work Hours; 52.000-4107, Security Badges and/or Protective Masks; 52.000-4949, Contractor Access to DPG; 52.204-4000, Department of Army Personnel Reporting System; 52.223-4000, Notice to Offerors - Use of Class I Ozone Depleting Substances; 52.223-4001, OSHA Standards; and 52.204-4011, Legend of Acronyms and Brevity Codes. FAR Clauses: 52.203-3, Gratuities; 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.204-7, Central Contractor Registration; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting With Contractor's Debarred, Suspended or Proposed for Debarment; 52.212-1, Instructions to Offerors - Commercial Items; 52.219-8 Utilization of Small Business Concerns; 52.212-3 ALT I Offeror Representations and Certifications -- Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.219-23 Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; 52.222-48, Exemption from Application of Service Contract Act for Maintenance, Calibration, or Repair of Certain Equipment Certification; 52.223-5, Pollution Prevention and Right-to-Know Information; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); 52.228-5, Insurance - Work on a Government Installation; 52.228-4001, Insurance Requirements; 52.232-18, Availability of Funds: 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.237-4004, Identification of Contractor Employees; 52.242-4004, Government Contractor Relationships; and 52.247-34, FOB: Destination (Accountable Property Officer, Building 5464, Dugway Proving Ground, Dugway, Utah, 84022). DFARS Clauses: 252.201-7001, Contracting Officer's Representative; 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.204-7003, Control of Government Personnel Work Product; 252.204-7004 Alt A, Central Contractor Registration; 252.211-7003 Item Identification and Valuation; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7035, Buy American Act - Free Trade Agreement - Balance of Payments Program Certificate; 252.225-7036, Buy American Act-Free Trade Agreements-Balance of Payments Program; 252.227-7015, Technical Data-Commercial Items; 252.227-7037, Validation of Restrictive Markings on Technical Data; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010, Levies on Contract Payments; 252.243-7002, Requests for Equitable Adjustment; and 252.247-7023, Transportation of Supplies by Sea. All quotes must be emailed to Sandy Johnson at sandra.j.johnson90.civ@mail.mil in either Microsoft Office or Adobe Acrobat PDF format. For any questions or concerns you may email Sandy Johnson at sandra.j.johnson90.civ@mail.mil. Quotes are due no later than 8:00 AM (prevailing local time at U.S. Army Dugway Proving Ground, Utah), Friday, September 23, 2011.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d30dfb741c63a756cdee9c4a4944e4dc)
- Place of Performance
- Address: MICC - Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT
- Zip Code: 84022-5000
- Record
- SN02573379-W 20110915/110913235431-d30dfb741c63a756cdee9c4a4944e4dc (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 |