SOLICITATION NOTICE
66 -- Steam Sterilizer Preventative Maintenance Technical Support Services
- Notice Date
- 4/7/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- ZIP Code
- 00000
- Solicitation Number
- EA133C-08-RQ-0007C
- Description
- This is a combined synopsis/solicitation for commercial services prepared and processed in accordance with the Federal Acquisition Regulations (FAR) Part 12.6 as supplemented with additional information included in this announcement. This is a Solicitation from the United States Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), to perform full maintenance (including preventative maintenance) and emergency services on two Getinge Model 522LS and one Getinge MDT model 3422 Gravity Steam Sterilizer, as provided herein, for the National Oceanic Services (NOS), Center for Coastal Environmental Health, Charleston, South Carolina. The services will be for a one base year period, and four (4) one year option periods. The North American Industry Classification System (NAICS) code is 334516, with a Size Standard of 500 employees. This constitutes the only Request for Quote (RFQ), written offers are being requested; and a written RFQ will not be issued. All future information regarding this acquisition, including amendments, will be distributed solely through this website. Hard copies of the solicitation will not be available. Interested parties are responsible for downloading their own copy of amendments (if any) and monitoring the website to ensure that they have the most up to date information regarding the acquisition. All questions resulting from this solicitation must be submitted in writing via email to Sybil.S.Custer@noaa.gov. Reference the solicitation number in the subject line of your email. Offers and all required documents maybe submitted electronically, mail carrier, or via fax (757)664-3642, however; the Government shall not be responsible for the malfunction of electronic machinery or mail carrier error. The award will be made around April 21, 2008. Submit all documents to the NOAA/Eastern Region Acquisition Division, 200 Granby Street, Suite 815, Norfolk, Virginia 23510, Attn: Sybil Custer. Contractor must have a valid DUNS number and be registered in the Central Contractor Registration (CCR) database, with an active status, to be eligible for award. For additional information and to register in CCR, please access the following website: http://www.ccr.gov. In order to register, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. This notice is hereby issued as RFQ No EA133C-08-RQ-0007C. This RFQ and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-18. The line item(s) will be provided in accordance with the specifications listed herein. The prices shall be all inclusive of costs. All offers in response to this RFQ must be submitted NO LATER THAN April 14, 2008, 4:00 pm EST. The FAR clauses incorporated into this acquisition shall be: 52.212-1 Instruction to Offerors ? Commercial Items (Nov 2006), 52.212-3 Offeror Representations and Certifications ? Commercial Items (Nov 2005), 52.212-4 Contract to Implement Statutes or Executive Orders ? Commercial Items (Jun 2007), 52.217-8 Option to Extend Services (NOV 1999), and 52.217-9 Option to Extend the Term of the Contract (MAR 2000). Provisions and clauses are available for full text viewing and downloading by accessing the following website: www.arnet.gov. SPECIFICATION REQUIREMENTS: The Contractor shall furnish all materials, travel expenses, labor, tools, and equipment necessary to perform full maintenance (including preventative maintenance) and emergency services on two Getinge Model 522LS (serial numbers 03L04448 and 03L04449) and one Getinge MDT model 3422 Gravity Steam Sterilizer (serial number 681444) purchased from the OEM. 2. Availability for Servicing: The Government will make the Instruments available for servicing at the time of each scheduled preventative maintenance or emergency service call. The Contractor shall contact, in advance, the Government's representative for a mutually agreeable date and time for each preventative maintenance call. 3. Service Area: The Instruments are located at: NOAA, National Ocean Service, Center for Coastal Environmental Health and Biomolecular Research (CCEHBR), 219 Fort Johnson Road, Charleston, SC 29412. Access is limited to normal Government business hours, except by special arrangement with the contracting officer. 5. Preventative Maintenance: Contractor shall provide, at no additional charge, a minimum of two preventative maintenance visits per year at no greater than six month intervals devoted to routine system maintenance including cleaning, checking system calibrations, system software maintenance, and other routine maintenance tasks as outlined in the manufacturer's service and test manuals. Visits shall be coordinated with the Government's representative at least two weeks in advance. All Travel cost and associated expenses shall be the responsibility of the Contractor. 6. Telephone or Email Support: Contractor shall provide telephone or email support for resolving hardware, software, application and other system problems. Qualified engineers shall be available between 9:00 a.m. and 5:00 p.m. Eastern Standard Time, and a suitable call answering service must be available for all other hours. 7. On Call Service: Contractor shall provide unlimited service visits for remedial repairs. The Contractor shall initiate repairs within a reasonable response time (less than three days). 8. Repair Parts: The Contractor shall provide all repair parts. Repair parts must be functionally identical to the original parts and meet or exceed all technical specification and requirements of the original parts as determined by the manufacturer. Shipment of repair parts must be within one work day. Contractor must have and present a written agreement to obtain all manufacturers' repair parts for the duration of this contract and any/all option periods. This agreement must include routine parts as well as proprietary items. 9. Automatic Software Upgrades: The Contractor shall automatically provide, upon release from the factory, and without additional cost to the Government, all licensed software/firmware upgrades for the instruments and all software/firmware licensed under the original purchase agreement. Contractor must have and present a written agreement with the manufacturer for obtaining upgrades for the duration of this contract and all option periods. 10. Guarantee of Work: Contractor shall guarantee all work and agree to remedy, at its own expense, any defects caused by poor workmanship or materials. 11. Assignment of Personnel: All services performed under this contract shall be performed by qualified engineers with manufacturer's factory training on the specific model of the Instrument. Sufficient personnel must be assigned to the region to ensure rapid response and personnel backup at all times. 12. Pricing Schedule: Contractor shall provide the base period yearly (12 month) rate of cost for each instrument, and the subsequent yearly rate of cost for each instruments option years. The base year period of performance will cover June 1, 2008 - May 31, 2009, the four separate yearly option periods will commence in consecutive yearly (12 month) intervals. 13. Interested parties shall provide required technical support documentation for requirement services, and shall provide two relevant (within the last 2 years) past performance references in performance of such services for like instruments. Past Performance shall include organization, point of contract, phone number & email address, contract value, and brief description of services performed. 14. Evaluation Criteria: The award will be made based upon the best value to the Government. Technical and Past Performance are equally important, but when combined are more important than price. Failure to provide required documentation may render offer as unacceptable.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6c2cb801fc80138b30413559f7c7283f&tab=core&_cview=1)
- Record
- SN01548412-W 20080409/080407215538-6c2cb801fc80138b30413559f7c7283f (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 |