Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 20, 2012 FBO #4044
SOLICITATION NOTICE

J -- a Mass Spectrometer Service Maintenance Agreement

Notice Date
12/18/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
1112413R1
 
Archive Date
1/8/2013
 
Point of Contact
Howard Nesmith, Phone: 870-543-7459
 
E-Mail Address
howard.nesmith@fda.hhs.gov
(howard.nesmith@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) 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 government intends to issue a Purchase Order in accordance with FAR PART 13.106 for the below requirement under Simplified Acquisition Procedures. The solicitation number is 1112413R1. This solicitation is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-63, December 10, 2012. The associated North American Industry Classification System (NAICS) Code is- 811219 - Other Electronic and Precision Equipment Repair and Maintenance; Size standard $19 million. This combined synopsis/solicitation is available for full and open competition. For information regarding this solicitation, please contact Howard Nesmith by e-Mail at howard.nesmith@fda.hhs.gov. Respondents are responsible for delivery in person, by e-mail, fax, mail or other delivery method their complete proposal and any additional documents before 9:00 am (Central Standard Time - Local Prevailing Time in Jefferson, Arkansas) on December 24, 2012 to howard.nesmith@fda.hhs.gov, Fax (870) 543-7990, or mail to the U. S. Food and Drug Administration (FDA), OO/OFBA/OAGS, Attention of Howard Nesmith, 3900 NCTR Road, Jefferson, AR 72079-9502. PLEASE NOTE - The above contact information is for the Contracting Office and not necessarily the delivery address. The delivery address is indicated in the FOB Destination section below. The Food and Drug Administration is soliciting for the purchase of a Mass Spectrometer Service Maintenance Agreement. Any award resulting from this solicitation is contingent on the availability of funds within the 2013 Fiscal Year. Quotes shall be valid thru December 31, 2012. Respondents are required to provide a quote for the Base Period (Item #1) and all option periods (Items #2 & 3). If the additional items beyond Item #1 have an increase in price the Respondent must provide an explanation for the bases of each increase. Item #1 (BASE Period) Service Maintenance Agreement Voyager DE Pro Mass Spectrometer, Manufactured by AB Sciex Serial Number: 6054 Period of Performance: 12/24/2012 - 12/23/2013 Service Maintenance Agreement shall consist of the following: • Complete System Maintenance - The vendor or service provider agrees to maintain the Mass Spectrometer system (including the vacuum pump, computer, and other accessories) in a functional state by providing preventive maintenances (PM) and repairs. • Replacement/Repair Parts - Only new replacement parts that are certified to original equipment manufacturer's (OEM) specifications are acceptable. • Technical Expertise - Technical assistance access to service technicians who are able to provide troubleshooting on AB Sciex Voyager DE Mass Spectrometers, in order to speed call resolution and avoid extended down time. Service engineers and repair technicians shall also have full access to factory technical assistance, latest service bulletins, repair procedures, and planned maintenance procedures. • Service Engineers - Service engineers who come on site to repair the Voyager DE Mass Spectrometer shall be trained and certified to work on AB Sciex Voyager DE Mass Spectrometers. • Response Time - On-sight response shall be within 48 hours of a service call. *1-Year Service Maintenance Agreement Price: _____________________ GSA Contract Number (if applicable): ________________________ Item #2 Option Period #1 Service Maintenance Agreement Voyager DE Pro Mass Spectrometer, Manufactured by AB Sciex Serial Number: 6054 Period of Performance: 12/24/2013 - 12/23/2014 *1-Year Service Maintenance Agreement Price: _____________________ Item #3 Option Period #2 Service Maintenance Agreement Voyager DE Pro Mass Spectrometer, Manufactured by AB Sciex Serial Number: 6054 Period of Performance: 12/24/2014 - 12/23/2015 *1-Year Service Maintenance Agreement Price: _____________________ *Pricing shall be inclusive of all labor, travel, parts, supplies, and other costs necessary to affect preventive maintenance and repairs and to otherwise accomplish all service herein. FOB Destination - U.S. Food and Drug Administration, Center for Biologics Evaluation and Research (CBER), Facility for Biotechnology Resources (FBR), 29 Lincoln Drive, Bldg. 29 - Room 202, Bethesda, Maryland 20892. Contract Type - Commercial Item - Firm fixed price. An official authorized to bind the Offeror must sign the terms and conditions of the offer. Offerors that fail to furnish required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items applies to this solicitation. The provision at FAR 52.212-2 Evaluation-Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (1) of that provision are as follows: The Government will award the purchase order to the responsible offeror who offer conforming to the solicitation will be the most advantageous to the Government on price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability of the services offered to meet the Government's requirement (ii) Past Performance (iii) Price (inclusive of the base period and two 1-year options). Technical and past performance, when combined, are equal in value and together more important than price. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Technical capability will be determined by review of information submitted by the offeror, which shall provide sufficient details and descriptions of how they propose to provide the quoted service to meet the Government's requirements. Past Performance will be determined by review of recent Government Contracts. If other than OEM (AB Sciex) the offeror shall provide evidence of their experience with the OEM equipment in general; specifically, the Voyager DE Pro Mass Spectrometer; OEM supply chain experience; and company names including contact information for a minimum of 3 customers within the past 3 years demonstrating experience providing preventative maintenance and service contracts in a lab environment. The Government reserves the right to look to other sources of information (e.g., the Past Performance Information Retrieval System (PPIRS), etc.) to support past performance evaluations. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure information is available, vendors must furnish as part of their proposal all descriptive material necessary for the government to determine whether the service meets the technical requirements. Quotes shall include technical specifications, descriptive material, literature, brochures and other information corresponding to each minimum required item, which demonstrates the capabilities of the offeror. The Provision at FAR 52.212-3, Offerors Representations and Certifications-Commercial Items, applies to this acquisition. An offeror shall complete only paragraph (b) of the provision if the offeror has completed the annual representations and certification electronically via https://www.acquisition.gov. (Nov 2012) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (Feb 2012) The following addenda are incorporated by reference: FAR Clause 52.217-9, Option To Extend The Term Of The Contract. (Mar 2000): (a) "...within one (1) calendar day of contract expiration...at least 30 calendar days..." (b) "...shall not exceed three (3) years." Service Records and Reports: The Contractor shall, commensurate with the completion of each service call (inclusive of warranty service), provide the end-user of the equipment with a copy of a field service report/ticket identifying the equipment name, manufacturer, model number, and serial number of the equipment being serviced/repaired and detailing the reason for the service call, a detailed description of the work performed, the test instruments or other equipment used to affect the repair or otherwise perform the service, the name(s) and contact information of the technician who performed the repair/service, and for information purposes, the on-site hours expended and parts/components replaced. In addition, the Contractor shall provide monthly reports to the FDA COR and Contract Specialist, not later that the 5th work day following the end of each month, summarizing all maintenance and repair activities (including warranty work) for the previous month; negative reports are required. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Nov 2012), applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.204-10, 52.209-6, 52.219.28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-40, 52.223-18, 52.225-3, 52.225-13, and 52.232-33. Clauses and provisions incorporated by reference can be obtained at https://www.acquisition.gov/far.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/1112413R1/listing.html)
 
Place of Performance
Address: U.S. Food and Drug Administration, Center for Biologics Evaluation and Research (CBER), Facility for Biotechnology Resources (FBR), 29 Lincoln Drive, Bldg. 29 - Room 202, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02951020-W 20121220/121218234338-2bb8b51fb15f4cf69e6e240483101004 (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.