SOLICITATION NOTICE
Z -- Process Water Service Agreement
- Notice Date
- 12/26/2006
- Notice Type
- Solicitation Notice
- NAICS
- 333999
— All Other Miscellaneous General Purpose Machinery Manufacturing
- Contracting Office
- Department of Health and Human Services, Food and Drug Administration, Office of Field Finance & Acquisition Services, HFT-320 3900 NCTR Road, Jefferson, AR, 72079-9502, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- FDA-SOL-07-00146
- Response Due
- 1/8/2007
- Archive Date
- 1/23/2007
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, and supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals/bids are being requested and a written solicitation will not be issued. However, sources may submit descriptive literature, which fully demonstrate their capabilities, which will be considered by the agency. The source must have a field office located within 65 miles of Arkansas Regional Laboratory staffed by qualified technicians with the capability to respond (non-emergency) on site at ARL within 2 hours. (i) The solicitation number is FDA-SOL-07-00146. This solicitation is issued as a Request for Quote (RFQ). (ii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-15. (iii) This is a firm fixed price requirement. The associated North American Industry Classification System (NAICS) Code is 333999 All Other Miscellaneous General Purpose Machinery Manufacturing, Small Business Size Standard 500 Employees. (iv) The Food and Drug Administration is soliciting for Process Water Service Maintenance/Agreement and supplies to cover Alchemy brand high purity water system description as follows: Scheduled items include: 1. Process Water Service Agreement 12 Months 2. Allen Bradley Equipment repairs contracted by USF/PW with an Allen Bradley Technician 30 Hours 3. Change carbon tanks 5 Each 4. Change DI Tanks 24 Each 5. Emergency repairs not covered by contract Service Agreement Estimated Hours & Supplies shall not exceed $5,000 (Please provide a published price list for items not covered by maintenance agreement). 6. Replace .1 Micron Filters 42 Each 7. Replace .2 Micron Filters 24 Each 8. Replace UV Lamps 13 Each 9. Replace UV Quartz Sleeves 13 Each 10. Replace Tank Vent Filter 1 Each 11. Bi-weekly service calls to monitor system 24 Each 12. Yearly sanitization of DI Water distribution loop and storage tank by Ozone Gas 1 Each Emergency repair services not covered by the Process Water contract service agreement will be performed on an as required basis and approved by the designated FDA personnel prior to commencement of work, and parts replacement. FOB Point Destination, with services on-site. Contract type: Commercial Item - Firm fixed price, indefinite-delivery/quantity requirement. Simplified procurement procedures will be utilized. (v) Provide Process Water service agreement and supplies to maintain Alchemy brand high purity water system located at the Jefferson Laboratories, FDA/ARL in Jefferson, Arkansas. (vi) The period of performance is one year. FOB Point of Delivery for Services and Supplies provided will be the FDA Office of Regulatory Affairs Arkansas Regional Laboratory located at 3900 NCTR Road, Jefferson, Arkansas 72079. (vii) The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items and 52.232-18 Availability of Funds applies to this solicitation. The following agenda have been attached to this provision: None. (viii) 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) past performance (see FAR 15.304); (iii) price. Technical and past performance, when combined, is equal when compared to price. The technical evaluation will be determination as to whether the proposed contractor is capable of completing the work. 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 the product meets 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. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed products to industry or government agencies. Past performance will consider the ability of the items to meet technical specifications as advertised by the offeror, past record of meeting delivery schedules and service/maintenance reputation. The government will award a contract to the offeror whose offer conforms to this solicitation and will be most advantageous to the government, price and other factors considered. The government reserves the right to make an award without discussions. (viv) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with its offer. (x) The clause at 52.212-4, Contract Terms and Conditions- Commercial Items, applies to this acquisition. The following agenda have been attached to the clause: None. (xi) 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: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52,222-35, 52.222-36, 52.222-37, 52.225-3, 52.225-13, 52.225-15, 52.225-16, and 52.232-33. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at www.acqusition.gov. (xii) A standard commercial warranty on parts and workmanship is required. (xiii)Applicable Numbered Note(s) 23. (xiv) Offers are due either in person or by fax on or before January 8, 2007 by 1300 hours (Central Time - Local Prevailing Time in Jefferson, Arkansas), at National Center for Toxicological Research, Office of Field Finance & Acquisitions Service, HFT-320, 3900 NCTR Road, Jefferson, AR 72079-9502. (xvi) For information regarding this solicitation, please contact Regina Williams @ (870) 543-7012, FAX (870) 543-7990, email regina.williams@fda.hhs.gov.
- Place of Performance
- Address: ORA/ARL, 3900 NCTR ROAD, JEFFERSON, AR
- Zip Code: 72079-9502
- Country: UNITED STATES
- Zip Code: 72079-9502
- Record
- SN01202542-W 20061228/061226220030 (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 |