Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 11, 2018 FBO #5983
SOLICITATION NOTICE

Z -- Yearly Service and Maintenance(Nicolet iN10-MX and iZ10, S/N# AXL1601607 - PWS

Notice Date
4/9/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, Program Support Center, Acquisition Management Services, 7700 Wisconsin Ave, Bethesda, Maryland, 20857, United States
 
ZIP Code
20857
 
Solicitation Number
18-233-SOL-00310
 
Point of Contact
PATRICIA NATIVIDAD, Phone: 801/524-3413
 
E-Mail Address
PATRICIA.NATIVIDAD@PSC.HHS.GOV
(PATRICIA.NATIVIDAD@PSC.HHS.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
Pricing Table PWS 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; quotes are being requested and a written solicitation will not be issued. The solicitation number is 18-233-SOL-00310 and is issued as a request for quote (RFQ). This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. This solicitation is 100% set-aside for Small Business, the associated NAICS code is 811219 and small business size standard is $20.5M. The purpose of this Requirement is for Dugway Proving Ground Combined Chemical Test Facility requires a Service contracts of this system must include an unlimited number of on-site service visits, any costs associated with engineering labor and travel expenses, factory-certified replacement parts, software updates and notification of any upgrade of the systems, priority response for any technical support inquiries. The FTIR microscope interface system (Nicolet iN10-MX and iZ10, S/N# AXL1601607) requires yearly preventive maintenance to ensure that the system is fully operation and available for utilization in Test and Evaluation conducted by WDTC. The contractor will maintain the FTIR, Nicolet system operational at all times and will repair the system in accordance with the Performance Requirements of this PWS. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. The provision at FAR 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The Government will award a contract resulting from this synopsis/solicitation to the responsible Offeror whose quote contains the combination of those factors offering the best overall value to the Government utilizing the tradeoff process. This will be determined by comparing differences in technical merit and past performance with differences in cost to the Government. The Government reserves the right to make an award to other than the lowest priced Offeror or to the Offeror with a higher technical score if the Contracting Officer determines that to do so would result in the best value to the Government. Offerors are to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer or acknowledge its listing in System for Award Management (SAM). In order to receive an award, a contractor must be registered in System for Award Management (SAM). FAR 52.212-4, Contract Terms and Conditions-Commercial Items and addendum, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Please see attached solicitation for additional FAR clauses and provisions applicable to this acquisition. Questions must be submitted on April 16, 2018 by 11:00 AM MST, via email to the Contract Specialist at, Patricia.Natividad@psc.hhs.gov Quotes are due April 20, 2017 by 11:00 AM, MST, via email to the Contract Specialist at, Patricia.Natividad@psc.hhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/DAM/18-233-SOL-00310/listing.html)
 
Place of Performance
Address: Dugway Proving Ground, Dugway, Utah, 84022, United States
Zip Code: 84022
 
Record
SN04882211-W 20180411/180409230455-f68e0fd4bae450b9908ac2be9e048906 (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.