SOLICITATION NOTICE
J -- Gold Service Maintenance
- Notice Date
- 7/22/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 4211 - MSC 9559, Bethesda, Maryland, 20892, United States
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-NIA-AM2975113
- Archive Date
- 8/16/2013
- Point of Contact
- Andrea McGee, Phone: 3014358781
- E-Mail Address
-
andrea.mcgee@nih.gov
(andrea.mcgee@nih.gov)
- 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 reference combined synopsis/solicitation number is: HHS-NIH-NIDA-NIA-AM3026116 and the solicitation is issued as a request for proposal (RFP). This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5-Test Program for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. This combined synopsis / solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-68, June 26, 2013. There are no set-aside restrictions and the associated NAICS code and small business size standard is 811219, $19.0. This acquisition is being conducted in accordance with the procedures of FAR Part 13---Simplified Acquisition Procedures, Subpart Part 13.5-Test Program for Certain Commercial Items, and FAR Part 12---Acquisition of Commercial Items. The purpose of this requirement is to provide one year of service for the Siemens 3T Tim Trio MRI. Coverage includes: Coverage Period Uptime Guarantee Phone Response On-site Response Parts Order Requirement Parts Delivery Syngo Remote Assist Hotline Support ACR Support Package MR Safety Checks Planned Maintenance Quality Assurance Updates Technical Phone Support Labor Remote Services Travel LifeNet Access Application Hotline Phone Support Qty 2 Accredited Self Study Program Qty 2 e.learning subscription for 12 months General Spare Parts UM Basic Report MR Coil Coverage MMA and Helium Delivery of Services will be made after receipt of the purchase order. The work will be performed at the Biomedical Research Center, 251 Bayview Blvd. Baltimore, MD 21224. FAR provisions and clauses that apply to this acquisition are: FAR clause 52.212-1, Instructions to Offerors - Commercial Items. The Offer shall include all documents as cited in the clause. An addendum is not applicable to this provision. FAR clause 52.212-2, Evaluation - Commercial Items. FAR clause 52.212-3 Offeror Representations and Ceritifications - Commercial Items, with its offer. FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. In addition to a price quote, the Offeror must submit descriptive literature of the services proposed, and any other information the Offeror considers relevant to the Government's evaluation of the services proposed. The Government intends to evaluate the proposals and award the purchase order without discussion with Offerors. Therefore, the initial offer should contain the Offerors best terms for a technical and price standpoint. However, the Government reserves the right to conduct discussions, request product samples or demonstrations, if later determined by the Contracting Officer to be necessary. The Government may reject any and all offers if such action is deemed necessary. The Government may also waive informalities and minor irregularities in the offers received. In order to receive an award from NIDA, contractors must have a valid registration in the System for Award Management (SAM) located at https://www.sam.gov/portal/public/SAM/. Offerors must complete annual representations and certifications on-line at https://www.sam.gov/portal/public/SAM/. All responses must be received by August 1, 2013 3:00pm Eastern Standard Time (EST) and must reference number HHS-NIH-NIDA-AM3026116. Responses may be submitted electronically to Andrea McGee andrea.mcgee@nih.gov or by U.S. mail to the National Institute of Drug Abuse (NIDA), Station Support/Simplified Acquisition Branch (SS/SA) 9000 Rockville Pike, Bldg. 31 Rm. 1B59, Attention: Andrea McGee. Fax responses will not be accepted. "All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency." For information regarding the solicitation you may contact Andrea McGee, 301-435-8781.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-NIA-AM2975113/listing.html)
- Place of Performance
- Address: 251 Bayview Blvd, Baltimore, Maryland, 21224, United States
- Zip Code: 21224
- Zip Code: 21224
- Record
- SN03123056-W 20130724/130722234542-dc68db7fca00e795ca4cc00a61c07f0b (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 |