SOLICITATION NOTICE
J -- Maintenance on CryoPlatform
- Notice Date
- 8/25/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- National Institutes of HealthNational Institute of Diabetes andDigestive and Kidney Diseases6707 Democracy Blvd, Room 779BethesdaMD20892-7511
- ZIP Code
- 20892-7511
- Solicitation Number
- NIHDK2008107
- Response Due
- 9/3/2008
- Archive Date
- 10/3/2008
- Point of Contact
- HAUN, PATRICIA M +1 301 594 8855, haunp@extra.niddk.nih.gov<br />
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation number is NIHDK-2008107, and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2005-26. The North American Industry Classification (NAICS) Code is 811219and the business size standard is $6.5M. However, this solicitation is not set aside for small business. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. The National Institutes of Diabetes and Digestive and Kidney Diseases (NIDDK) intends to contract on a sole source basis with the Bruker BioSpin Corporation, 15 Fortune Drive, Billerica, MA 01821-3991 for the maintenance on the CryoPlatform (BH025403); Probe Accessories (CP TCI 900S6 H-C/N-D-05 Z); CryoPlatform (BH046504); Probe Accessories (CP TXI 600S3 H-C/N-D-05 Z). This requirement includes the following Annual Maintenance: 1)Exchange of the primary cooling device in the CryoCooler, the `cold head2)Service or exchange the adsorber in the He compressor3)Service the vacuum pumps4)Test of pressure safety valves5)Cleaning the air inlets6)One cool-down/warm-up cycle as a performance check7)Check-up of the optional water chillerThe annual maintenance shall take approximately two work days to complete. Contractor responsibility: 1)The Contractor will coordinate telephone and on-site support 2)Maintain an inventory of parts in the Billerica, MA facility for use in service3)If CryoPlatform is not operational; the Contractor shall use overnight carrier services to ship repair parts to the facility for use by the Contractors engineers. After repairs are complete, the Contractor will pay for the return of defective components to the Contractors facility.4)Provide labor for one CryoPlatform Maintenance visit for the CryoPlatform for each twelve months of the term of the Agreement.5)The components which comprise the CryoPlatform and are covered under the service agreement are the Cooling Unit and Helium Compressor. 6)Provide telephone support for diagnosis of Covered Equipment malfunction(s). This support will be provided during the hours of 9:00am and 5:30pm (EST) during the Contractor standard workweek, Monday through Friday, excluding the Contractors observed holidays.7)Provide replacement parts as required on an exchange (refurbished) or new part basis, at the Contractor discretion. All parts are warranted for 90 days after installation.8)Provide labor and replacement parts to repair certain Repair Center Service Items on the Covered Equipment list at a Bruker Repair Center, along with the return material transportation costs.9)Provide labor to diagnose Covered Equipment malfunction(s) and to install replacement parts when, at mutual agreement, personnel are sent to Government Site. Any on site service which the Contractor provides will be scheduled during the house of 9:00am and 5:30pm (local time) during Contractor standard workweek, Monday through Friday, excluding the Contractors observed holidays. In those situation where the on site service work is not completed by 5:30pm, the Service Engineer and the Governments local representative may mutually agree to extend the working hours.10)Pay travel costs for Bruker service personnel.11)Provide material for engineering changes that we develop and determine to be appropriate for your instrument, and at our discretion, our labor to install these changes, with the installation to be scheduled at a mutually agreeable time.12)The Contractor will communicate with the Government regarding the steps being taken or planned to take to repair the instrument. However, it will be the Contractors responsibility to decide upon the nature of the corrective action. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of the 41 U.S.C. 253(c)(1), FAR 6.302. This notice of intent is not a request for competitive quotations however, all responses received, within 10 days from the date of publication of this synopsis will be considered by the Government. The offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications Commercial Items with its offer. The provisions of FAR Clause 52.212-1 Instructions to Offerors Commercial Items; FAR Clause 52.212-2, Evaluation Commercial Items; FAR Clause 52.212-4, Contract Terms and Conditions Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items Deviation for Simplified Acquisitions applies to this acquisition. The offeror must include in their Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. The clauses are available in full text at http://www.arnet.gov/far. Interested vendors capable of furnishing the government with the service specified in this synopsis should submit their quotation to the below address. Quotations will be due ten (10) calendar days from the publication date of this synopsis or September 3, 2008. The quotation must reference Solicitation number NIHDK-2008107. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Quotations must be submitted in writing to the National Institute of Diabetes and Digestive and Kidney Diseases 6707 Democracy Blvd., Room 779, Bethesda, Maryland 20817, Attention: Patricia Haun. Faxed copies will not be accepted.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b13da383b9efd9562bb8374115d5ab7b&tab=core&_cview=1)
- Record
- SN01650568-W 20080827/080825222841-b13da383b9efd9562bb8374115d5ab7b (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 |