Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2008 FBO #2448
SOLICITATION NOTICE

J -- Service and Preventative Maintenance Agreement for a Luminex 100

Notice Date
8/7/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division, Norfolk Federal Building, 200 Granby Street, Norfolk, Virginia, 23510
 
ZIP Code
23510
 
Solicitation Number
EA133C-08-RQ-0931
 
Archive Date
8/30/2008
 
Point of Contact
Janie M Laferty,, Phone: 757-441-6875
 
E-Mail Address
Janie.M.Laferty@noaa.gov
 
Small Business Set-Aside
N/A
 
Description
This is a combined Synopsis/Solicitation for Commercial Items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The Request for Quotation (RFQ) number is EA133C-08-RQ-0931. The U.S. Department of Commerce, NOAA, National Ocean Service, Hollings Marine Lab, Charleston, SC intends to purchase on a FOB destination basis the following full service and preventative maintenance agreement with one (1) twelve month base year and three (3) option years: Full Service and Preventative Maintenance Agreement for Luminex 100, Serial Number: LX10003338106 Service Agreement shall include system parts, labor and travel for unlimited service calls, one (1) Preventative Maintenance Inspection, guaranteed seventy-two (72) hours response to on-site services (8:00am - 5:00pm) Eastern Standard Time, Monday - Friday excluding holidays, unlimited toll-free telephone support for engineering technical and operational questions and notification of engineering and software updates. The service calls and Preventative maintenance Inspection should be completed by professional field service engineers. All work 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. Guarantee of Work Contractor shall guarantee all work and agree to remedy, at its own expense, any defects caused by poor workmanship or materials. Security The C&A requirements of clause 73 do not apply and that a Security Accreditation Package is not required. The period of performance will be as follows: Base year: August 18, 2008 through August 17, 2009 Option year 1: August 18, 2009 through August 17, 2010 Option year 2: August 18, 2010 through August 17, 2011 Option year 3: August 18, 2011 through August 17, 2012 Offeror should submit unit prices for each period in a monthly amount. In order to comply with the Debt Collection Improvement Act of 1966, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for an award of a federal contract. For information regarding registration in CCR contact the CCR website at www.ccr.gov/index.cfm. The FSC for this is 6640 and the NAICS Code is 334516. The government intends to award a firm-fixed price purchase order for this requirement. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. FAR 52.212-1 Instructions to Offerors-Commercial Items applies. FAR 52.212-4 Contract Terms and Conditions - Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, and FAR 52.217-9 Option to Extend the Term of the Contract applies. Clauses may be viewed in their entirety at www.arnet.gov. No Defense Priorities and Allocations System (DPAS) rating is assigned. Offers must be submitted to the Acquisition Management Division, ERAD, 200 Granby Street, Room 815, Norfolk, VA 23510 by 11:00 A.M. EST. August 15, 2008. Offers may be faxed to 757-664-3645 or via email to: Janie.M.Laferty@noaa.gov. Inquires will only be accepted via email to Janie.M.Laferty@noaa.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a33a4eff57977295fea7185cfac7a9a0&tab=core&_cview=1)
 
Place of Performance
Address: NOAA/National Ocean Service/Hollings Marine Lab, 331 Fort Johnson Road, Charleston, South Carolina, 29412, United States
Zip Code: 29412
 
Record
SN01634272-W 20080809/080807223833-a33a4eff57977295fea7185cfac7a9a0 (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.