SOLICITATION NOTICE
J -- Maintenance for Detection X-Ray Machines
- Notice Date
- 11/28/2006
- Notice Type
- Solicitation Notice
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, MD, 20857-0001, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-1023994PW
- Response Due
- 12/5/2006
- Archive Date
- 12/20/2006
- Description
- This is a combined synopsis/solicitation for 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 solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is 1024994-06 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-13. The associated North American Industrial Classification System (NAICS) code for this procurement is 334511 with a small business size standard of 500 employees. However, this requirement is for small business set-aside and interested offerors may submit a quote. The FDA intends to issue a purchase order for the following: SCOPE OF WORK: The contractor shall provide a one year maintenance service agreement for 13 L3 Communications detection x-ray machines with the following model numbers: SYS 11OE, LS2 5306, SYS 222S, LS3 560130, SYS 11OE, LS2 53983, SYS 210E, LS3 54684, SYS 11OE, LS2 54603, SYS 210E, LS3 58255, SYS 210E, LS3 58254, SYS 210E, LS3 53940, SYS 11OE, LS3 5780, SYS 210E, LS3 55460, SYS 210E, LS3 54618, SYS 210E, LS3 58263, SYS 21OE LS3 58253. The contractor shall services shall be included in the maintenance agreement: 1. All necessary repair parts. 2. Regular (Monday-Friday, 8:00am-5:00pm) labor hours for remedial maintenance. 3. Regular (Monday-Friday, 8:00am-5:00pm) travel time to and from the equipment site. Response time for service must be within 24 business hours. 4. All freight expenses. 5. One annual preventative maintenance inspection. 5. One annual radiation safety survey and preparation of FAA Form 1650-17. Annual preventative maintenance for x-ray systems shall also include the following: VISUAL AND MECHANICAL: Vacuum system interior and exterior, Lubricate conveyor rollers, Inspect condition of conveyor belt and lacing, Adjust conveyor belt tension and tracking, Inspect condition of x-ray sensor dust shields, Inspect for x-ray generator oil leakage, Align and clean optical sense modules, and Test indicator lamps for proper operation. ELECTRONIC: Adjust x-ray tube voltage and current, Test operator control panel functions, Adjust monitors, Inspect conveyor relays, Adjust power supply voltages, Collimate x-ray beam, and Verify x-ray image quality & resolution. OPERATIONAL SAFETY: Inspect AC line cord for damage and test for proper grounding, Inspect finger guards and/or pop-out rollers for damage, Verify conveyor under panels are securely attached Test emergency stop switches and Test emergency stop switches. RADIATION SAFETY: Measure radiation dose per inspection (annual), test all safety interlocks for proper operation, Measure external radiation emissions (annual), Test all "x-rayon" indicators for proper operation, Inspect condition of lead curtains, Inspect operator footmat for condition and test for proper operation, and Preparation of FAA Form 1650-17.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 following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acquisition.gov. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications ? Commercial Items. FAR 52.212-4, Contract Terms and Conditions ? Commercial Items, applies to this acquisition. All questions should be submitted by Email patricia.wright@fda.hhs.gov or by fax at 301-827-7101. All responsible sources that can provide and meet the above requirements shall submit written quotations by the due datereferenced above. Evaluation/award will be based on the technically acceptable quote that offers the lowest price. All quotes shall include price (s); FOB point; a poc (name and telephone number); GSA contract number if applicable; delivery date (delivery date is of the utmost importance); business size; and payment terms. FAR provisions can be found on the following website: http://www.acqusition.gov.
- Place of Performance
- Address: Rockville, Laurel, Kensington, Bethesda, MARYLAND
- Zip Code: 20857
- Country: UNITED STATES
- Zip Code: 20857
- Record
- SN01187092-W 20061130/061128220143 (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 |