Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2006 FBO #1714
SOLICITATION NOTICE

66 -- Mass Spectrometer Maint and Repair Services

Notice Date
8/4/2006
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Field Finance and Acquisition Services, Jefferson Laboratories, Attn: Division of Contracts and Acquisitions, HFT-322 3900 NCTR Road, Jefferson, AR, 72079-9502
 
ZIP Code
72079-9502
 
Solicitation Number
FDA-SOL-06-00315
 
Response Due
8/18/2006
 
Archive Date
9/2/2006
 
Small Business Set-Aside
Total Small Business
 
Description
The Food and Drug Administration intends to award a Purchase Order on a sole source basis to Thermo Electron North America LLC, 5225 Verona Road, Madison, WI 53711 for the items listed below. The requirement will be awarded using Simplified Acquisition Procedures in accordance with FAR Part 13.5. (i) This is a combined/synopsis solicitation from commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only notice. This notice of intent is not a request for competitive proposals; however, interested persons may identify their interest and capability to respond to the requirement or submit proposals, which will be considered by the agency. A determination by the Government not to compete with this 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 a competitive procurement. Any interested parties shall submit a response to the point of contact by 4 P.M. EST, Friday, August 18, 2006. (ii) The solicitation number is FDA-SOL-06-00315. NO REQUEST FOR QUOTE (RFQ) IS AVAILABLE. Interested vendors shall submit their capabilities statement setting forth their ability to meet maintenance and repair requirements as noted in this document, along with their cost quotation. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-11, July 5, 2006. (iv) The associated North American Industry Classification System (NAICS) Code is 334516 ? (v) The Food and Drug Administration is soliciting for the quantity of items as set forth below: Maintenance/service contracts for sixteen mass spectrometers located in FDA/ORA field laboratories; each includes one maintenance visit, unlimited emergency on-site repairs with 72 hrs. response time, consumables during maintenance, all non-consumable during repair visits. Four each, TSQ Quantum: Eight each, LCQ Deca XP Benchtop: Three each, LCQ Deca XP Plus: One each, TSQ MS/MS high Performance triple st: Strict adherence to original manufacturer specifications: The use of original manufacturer parts and warranties, require that the contract be purchased from the original instrument manufacturer. Third party repair and maintenance would not be covered by manufacturer?s warranty. Service is to be provided is as follows: DECAX-30000, LCQ DECA XP Benchtop MS: (1) 154-15 Liberty Avenue, New York, New York 11433; (2) 19701 Fairchild, Irvine, California 92612; (3) 6th Avenue & Kipling Street, Denver, Colorado 80225; (4) 22201 23rd Street, SE, Bothell, Washington 98021; (5) 60 Eighth Street, NE, Atlanta, Georgia 30309; (6) 3900 NCTR Road ? Building 26, Jefferson, Arkansas 72079-9502; (7) 11510 W. 80th Street, Lenexa, Kansas 66214; (8) 6751 Steger Drive, Cincinnati, Ohio 45237; DECAX-50000, LCQ DECA XP Plus (1) 6751 Steger Drive, Cincinnati, Ohio 45237 (2) 158-15 Liberty Avenue, Jamaica, New York 11433 (3) 3900 NCTR Road-Building 26, Jefferson, Arkansas 72079-9502 TSQ 20000, TSQ Quantum System (1) 6th Avenue & Kipling Street, Denver, Colorado 80225 (2) 11510 W. 80th Street, Lenexa, Kansas 66214 (3) 3900 NCTR Road ? Building 26, Jefferson, Arkansas 72079-9502 (4) 158-15 Liberty Avenue, Jamaica, New York 11433 TSQ-20001 TSQ MS/MS high Performance triple st (1) 60 Eighth Street, NE, Atlanta, Georgia 30309 JUSTIFICATION: Maintenance for this instrumentation is critical to the uninterrupted operation of a critical need for the regulation of food and drug products and the agency?s food defense initiatives. It is essential that maintenance be acquired from the original instrument manufacturer as they represent the only viable source of service capable of providing maintenance and repair to original manufacturer specifications and they can provide manufacturer warranty on that service. This service contract is for 3 types of Thermo LCMS (Liquid Chromatograph - Mass Spectrometer) equipment: 1) LCQ Deca XP benchtop MS, 2) the LCQ DECA XP Plus, and 3) the TSQ quantum system. These are extremely sophisticated and delicate instruments used to analyze chemical contaminants in food. Each model listed above is used for the analysis of a specific type of chemical. Since these instruments are used to measure very low levels of chemicals, it is essential that they are calibrated properly by highly trained service technicians from Thermo. In addition, all of FDA labs are now ISO accredited. In order to meet the stringent levels of ISO accreditation, it is essential that the laboratory equipment be properly serviced by trained personnel. During maintenance it is usually necessary to replace parts on the equipment which can only be made by Thermo. A service contract with Thermo would ensure that the technicians have been trained by the company and they are knowledgeable about the equipment, software and replacement parts. An official authorized to bind the offer 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. (vi) Contract type: Commercial Item-Firm fixed price. Simplified procurement procedures will be utilized. (vii) FOB Point: Destination. To locations noted above and delivered as follows:  One maintenance visit per machine  Unlimited emergency on-site repairs within 72 hours response time  Consumables during maintenance  All non-consumables during repair visits. (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this solicitation. The following addenda have been attached to this provision: None. (ix) CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. 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 a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) price and (iii) past performance. The technical evaluation will be determination as to whether the proposed contractor is capable of providing the equipment. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustration, drawings, or other information) necessary for the government to determine whether they can meet the technical requirements. If the vendor proposes to modify a product so as to make it conform to the requirement of this solicitation the vendor shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. The government reserves the right to make an award without discussions. (x) Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to the clause: None. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.203-6, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52,222-35, 52.222-36, 52.222-37, 52.225-3, 52.225-13, 52.232-33 and 52.232-34. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.acquisition.gov. (xiii) A standard commercial warranty on parts and workmanship is required. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice. (xv) All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. The quotation must reference solicitation number FDA-SOL-06-00315. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The Offers are due in person, by mail or fax on or before August 18, 2006 by 15:00 hours (Eastern Time, local prevailing time in Atlanta, Georgia), at Food and Drug Administration, OC/OSS/OFFAS, 60 Eighth Street, ATTN: Thomas Dumas ? Room 114, Atlanta, Georgia 30309. 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. See numbered note 22. (xvi) For information regarding this solicitation, please contact Thomas Dumas @ 404-253-1253, FAX (404) 253-2256, email thomas.dumas@fda.hhs.gov. Point of Contact: Thomas Dumas, Purchasing Agent, Phone (404) 253-1253, Fax (404) 253-1253, Email thomas.dumas@fda.hhs.gov ? Priscella T. Sullivan, Contracting Officer, Phone (214) 253-5274, Fax (214) 253-5315, Email priscella.sullivan@.fda.hhs.gov PLACE OF CONTRACT PERFORMANCE: (1) 154-15 Liberty Avenue, New York, New York 11433 (2) 19701 Fairchild, Irvine, California 92612 (3) 6th Avenue & Kipling Street, Denver, Colorado 80225 (4) 22201 23rd Street, SE, Bothell, Washington 98021 (5) 60 Eighth Street, NE, Atlanta, Georgia 30309 (6) 3900 NCTR Road ? Building 26, Jefferson, Arkansas 72079-9502 (7) 11510 W. 80th Street, Lenexa, Kansas 66214 (8) 6751 Steger Drive, Cincinnati, Ohio 45237
 
Place of Performance
Address: SEE DESCRIPTION FOR PLACE OF CONTRACT PERFORMANCE AND POSTAL CODE
Zip Code: 00000
Country: UNITED STATES
 
Record
SN01106642-W 20060806/060804220420 (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.