SOLICITATION NOTICE
J -- Service agreement for PCR System for FDA - Combine Synopsis/Solicitation
- Notice Date
- 12/23/2015
- 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 - Rockville, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001, United States
- ZIP Code
- 20857-0001
- Solicitation Number
- FDA-SOL-1160318
- Archive Date
- 1/14/2016
- Point of Contact
- Corina Genson, Phone: 2404025352
- E-Mail Address
-
corina.couch@fda.hhs.gov
(corina.couch@fda.hhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Combined Synopsis and Solicitation for FDA-SOL-1160318 Statement of Work (SOW) I. BACKGROUND INFORMATION The Center for Tobacco Product (CTP)/Southeast Regional Lab (SRL) located in Atlanta, GA needs a service contract and qualification service for our 7500 Fast Real Time PCR System - S/N: 275015685. II. SCOPE OF WORK The Contractor shall be capable of providing both a service agreement and the qualification service for one 7500 Fast Real Time PCR System to ensure uninterrupted performance within manufacturer's specifications as well as complying with local quality assurance and ISO 17025 certification. Service and maintenance shall be performed during regular business hours (Monday through Friday, 8:30 a.m. to 5:00 p.m. Eastern Time) III. SPECIFIC TASKS The Contractor shall perform the following tasks for the 7500 Fast Real Time PCR System: Preventive Maintenance a. The PM shall provide (1) visit during the contract period of the service agreement. The PM shall include parts, labor and travel for remedial repair. b. The Contractor shall be responsible to obtain all new parts required for all repairs and maintenance. c. The Contractor Officer Representative (COR) shall contact the Contractor to schedule a mutually acceptable date and time for the preventive maintenance visit. All visits must be scheduled in advance with the COR. Qualification Service The Qualification service shall include OQ/IPV to be performed after the planned maintenance (PM) and in the event of a critical repair and shall to include: a. Documentation for temperature verification, calibrations and an instrument performance run. b. Shall be performed by a trained and certified engineer and provide documentation that the instrument is functioning according to the manufacturer's specifications. Service Calls a. The Contractor shall respond within 2 business days after receipt of a service call. b. The Contractor shall provide priority telephone and email access to instrument technical support. c. The Contractor shall be capable of providing remote monitoring which provides for notification of instrument failures or errors that are report by AB's remote monitoring software. d. All repairs must result in the 7500 Fast Real Time PCR System meeting manufacturer's specifications e. Any parts or components removed for replacement shall become the property of the Contractor unless otherwise agreed to by the parties. The Contractor shall remove the parts from the site at the time of the service call, or provide shipping instructions and return shipping information that the FDA may return the parts to the Contractor within 3 days after the service visit is completed. The Contractor shall assume all charges and liability for all shipments; f. The Contractor shall submit a service ticket for each on­site visit. Service Conditions a. To the maximum extent practicable, service must be rendered on-site at the FDA for the 7500 Fast Real Time PCR System. b. In the event that a part needs to be repaired off-site, the c. Contractor shall be responsible for all packaging, shipping, and transportation costs as well as liability for the shipment to and from the FDA, 60 8th ST.NE, Atlanta, GA. d. The Contractor shall be responsible for providing a "Return Authorization Number" or other information authorizing return of the shipment to their facility prior to the shipment. e. The Contractor shall also provide a shipping account number to pay for the shipment; f. The Contractor shall only employ tools, instruments, test apparatus, methodologies, techniques, and practices approved for use with the 7500 Fast Real Time PCR System by the manufacturer. Warranty All labor, replacement parts and components (excluding consumables) shall be guaranteed. IV. DELIVERABLES AND DELIVERABLE DUE DATES The Contractor shall submit a service ticket prior to departure from the FDA on any given service call for maintenance or repairs. The service ticket shall include the following: a. Date and time of arrival to the FDA; b. Description of service performed; c. Name and quantity of any parts that were repaired; d. Name and quantity of any parts that were replaced; e. Date and time of departure from FDA; f. Diagnostic test results or narrative summary demonstrating that the instrument is meeting the manufacturer's specifications; g. Any comments or recommendations; h. Signature of Contractor's service person; i. Signature block for the TPOC accepting the services rendered. V. PERIOD OF PERFORMANCE The period of performance shall be for a base period of twelve (12) months and two (2) twelve (12) month optional periods. Option periods shall include all work included in the base period. VI. PLACE OF PERFORMANCE All work shall be accomplished at location of the instrument, Atlanta, GA and the Contractor's facility. Normal duty hours are Monday through Friday, 8:30 a.m. - 5:00p.m. Eastern Time with the exception of Federal holidays. VII. GOVERNMENT FURNISHED PROPERTY The Government shall provide visitor's access to the FDA facilities during the performance of the contract. VIII. CONTRACTOR'S MINIMUM QUALIFICATIONS The Contractor must maintain active and current certifications and authorizations to repair the 7500 Fast Real Time PCR System. In the absence of active and current certifications and authorizations, the Contractor must have access to OEM parts, up-to-date training, up-to-date software, firmware and service notes, and up-to-date technical expertise for the covered equipment. IX. RESPONSIBILITY TO PERFORM The prime Contractor shall retain all responsibility for the required maintenance and support as well as responsibility for the actions or lack of action taken by their personnel as well as all Sub-Contractors and/or consultants.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-SOL-1160318/listing.html)
- Place of Performance
- Address: Food and Drug Administration (FDA), 60 8th Street NE, Atlanta, Georgia, 30309, United States
- Zip Code: 30309
- Zip Code: 30309
- Record
- SN03977366-W 20151225/151223234409-672674b40e79097ece4c1010b88d9252 (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 |