Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 10, 2001 PSA #2889
SOLICITATIONS

J -- MAINTENANCE, REPAIR, AND ALTERATION OF REAL PROPERTY

Notice Date
July 6, 2001
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung, and Blood Institute, Contracts Operations Branch 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, MD, 20892-7902
ZIP Code
20892-7902
Solicitation Number
NHLBI-PS-2001-025
Response Due
July 23, 2001
Point of Contact
Deborah Coulter, Purchasing Agent, Phone (301) 435-0366, Fax (301) 480-3345, Email dc143b@nih.gov -- Debra Hawkins, Chief, Procurement Section, Phone (301) 435-0366, Fax (301) 480-3345, Email dh41g@nih.gov
Description
On a non-competitive basis, the National Heart, Lung, and Blood Institute intends to purchase preventative maintenance and emergency repair service from Transgenomic Inc., 5600 S 42nd Street, Omaha, Nebraska 68107, for Ser-Pre Wave Systems, six (6) each, serial numbers: 020002WAV-040, 020003WAV-044, 020004WAV-041, 020005WAV-042, 020007WAV-043, and 049905DNA. The preventative maintenance and emergency repair services shall include the following: Schedule Preventive Maintenance: (1) Preventive Maintenance services for designated equipment will be performed twice per year: As well as check/replace seals on valves and pumps, syringe and syringe valve seat, clean transfer lines and tubing , check/re-calibrate oven, check lamp energy and wavelength accuracy adjustments, and/or replacement of worn/defective parts due to normal use and conditions. All labor, travel expenses and replacement parts shall be included. (2) Provide emergency and corrective maintenance visits, software enhancements for existing platform, training discount, application support discount, and consumables discount. (3) Emergency repair and preventative maintenance will be performed during normal working hours from 8:00a.m. until 5:00p.m., Monday through Friday. Preventative maintenance will assure that the Wave System will be maintained at optimal performance levels. Emergency repair will restore the Wave System to operational readiness after a failure has been reported. (4) A preventive maintenance report shall be completed for each visit and presented to an authorize NIH representative for approval. A copy shall be signed by both parties and will be given to the NIH representative. Parts Replacement: (l) All replacement parts needed during the contract period to keep the system operating within specifications shall be furnished by the Contractor as part of this agreement, except consumables. The period of performance is for twelve (12) months. The NIH Scientific Equipment Instrumentation Branch (SEIB), mission is to provide rental service of scientific equipment throughout the NIH community, providing service and maintaining centralized facilities equipment. Service must be provided by qualified Transgenomic service representatives. The maintenance is required on the above equipment to keep the system in reliable working condition and updated with current parts. This acquisition is being conducted under simplified acquisition procedures and exempt from the requirements of FAR Part 6. The following Federal Acquisition Regulation (FAR) apply to this requirement; FAR Clause 52.212-1 Instructions to offerors-Commercial Items (April 2001), FAR Clause 52.212-2, Evaluation-Commercial Items (April 2001), The offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations And Certifications- Commercial Items (April 2001). The provision of FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (April 2001), applies to this acquisition. The addenda to the clause reads as follows: The offeror must provide terms and conditions of required services, pricing base on quarterly billing, prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. FAR Clause 52.212-5 Contract Terms and Conditions Required to implement statutes or executive orders Commercial Items (April 2001). The clauses are available in full text at http://www.arnet.gov/far/. The North American Industry Classification System(NAICS), 421850 Size Standard 100 employee is applicable to this requirement. This notice of intent is not a request for competitive proposals. Interested parties may identify their interest and capabilities in response to this requirement. The determination by the Government not to compete the proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct future competitive procurement. Responses to this announcement, referencing synopsis number NHLBI-PS-2001-025 may be submitted to the National Heart, Lung and Blood Institute, Contracts Operations Branch, Procurement Section, Building RKL2, Suite 6042, 6701 Rockledge Drive, Bethesda, MD 20892-7902, Attention Deborah Coulter, Purchasing Agent. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. =20
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/HHS/NIH/NHLBI/NHLBI-PS-2001-025/listing.html)
Record
Loren Data Corp. 20010710/JSOL010.HTM (D-187 SN50R0O9)

J - Maintenance, Repair and Rebuilding of Equipment Index  |  Issue Index |
Created on July 6, 2001 by Loren Data Corp. -- info@ld.com