SOLICITATION NOTICE
J -- Maintenance, Repair, and Rebuilding Equipment
- Notice Date
- 2/25/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, Maryland, 20817
- ZIP Code
- 20817
- Solicitation Number
- NOI9046
- Archive Date
- 3/27/2009
- Point of Contact
- Terry M Knight,, Phone: 301-402-2282, Tonia L Alexander,, Phone: 301-402-2282
- E-Mail Address
-
knightte@niaid.nih.gov, talexander@niaid.nih.gov
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation notice of intent 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 not being requested and a written solicitation will not be issued. This requirement is being issued as a Notice of Intent NOI9046. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC 2005-30). This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is not a small business set-aside. The North American Industry Classification System (NAICS) Code for this acquisition is 811310, and the small-business size standard is $6.5 million. The National Institute of Allergy and Infectious Disease intend to procure from BD Biosciences on a sole source basis labor, travel expenses and parts (excluding consumables), 2 Preventive Maintenance (PM) inspections to be performed during a twelve-month period, including 2PM kits, software revisions released during the agreement term, unlimited service visits Monday-Friday, unlimited telephone support for instruments, reagents and applications will be provided at no additional charge, and every reasonable effort will be made to respond to a request for emergency on-site service within 48 hours. The PM will include the following equipment: (1) BD LSR II Special Order System with one Computer Workstation, serial #H47100117, (2) Sapphire 488-100 Blue Laser, serial #No-Serial-3687, (3) COHR Compass Green 315M-150 Laser, (4) Red 640-40 Laser, serial #No-Serial-3689, (5) Laser Cube 405-50C Violet, serial #No-Serial-3690, (6) BD LSR II Special Order System with one Computer Station, serial #H47100120, (7) Sapphire 488-100 Blue Laser, serial #No-Serial-3731, (8) COHR Compass Green 315M-150 Laser, serial #No-Serial-3732, (9) Red 640-40 Laser, serial #No-Serial-3733, (10) Laser Cube 405-50C Violet, serial #No-Serial-3734, (11) BD LSR II Special Order System with one Computer Workstation, serial #H47100041, (12) Sapphire 488-100 Blue Laser, serial #No-Serial-3201, (13) COHR Compass Green 315M-150 Laser, serial #No-Serial-3202, (14) Laser Radius 635-30E Red, serial #No-Serial-3203, and (15) Violet Laser 50 MW, serial #No-Serial-3204. Period of performance will be form the date of award till December 31, 2009. The following factors are being considered for this requirement: (1) price, (2) warranty, and (3) technical capability to meet required specifications. Place of delivery NIH/NIAID, Bethesda, MD 20892. The government will award a firm fixed-price purchase order to a responsible contractor, and the FOB terms are “Destination” and Net 30. FAR provisions and clauses that apply to this acquisition: FAR 52.212-1, Instructions to Offerors, Commercial Items; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; FAR 52.212.5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders, Commercial Items; FAR 52.204-7, Central Contractor Registration; and FAR 32.703-2, Availability of Funds, FAR 52.232.34, Payment by Electronic Funds Transfer-Other than Center Contractor Registration. In order to be considered for an award, an offeror must have completed the online electronic Representations and Certifications located at http://orca.bpn.gov/ in accordance with FAR 4.1201 (a). By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR at www.ccr.gov/ prior to award during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. [Note: Lack of registration in the Central Contractor Registration will make an offeror ineligible for award.] All responsible sources may submit an offer that will be considered by the Agency. Offers must be submitted no later than 5:00 P.M. Eastern Daylight Time on Thursday, March 12, 2009. For delivery of responses through the Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Drive, Room 2NE52E, MSC/4811, Bethesda, Maryland 20892-4811. E-mail and Fax submissions are not authorized. Request for information concerning this requirement are to be submitted in writing, and can be faxed to 301-480-8720, or e-mail to knightte@niaid.nih.gov. It is the vendor’s responsibility to confirm receipts of all quotations and/or questions by the closing date of this announcement by contacting Mr. Terry Knight at (301) 402-2282. Collect calls will not be accepted.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=63a220938d833c48d450224c23e0510a&tab=core&_cview=1)
- Place of Performance
- Address: National Institutes of Health, NIAID, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN01757204-W 20090227/090225220828-63a220938d833c48d450224c23e0510a (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 |