Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 17, 2009 FBO #2699
SOLICITATION NOTICE

J -- PREVENTIVE MAINTENANCE - EXCELL ICP QUADRUPOLE MASS SPECTROPHOTOMETER - Statement of Work (SOW)

Notice Date
4/15/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Other Defense Agencies, Uniformed Services University of the Health Sciences, Directorate of Contracting, 4301 Jones Bridge Road, Bethesda, Maryland, 20814-4799
 
ZIP Code
20814-4799
 
Solicitation Number
LOG9C067
 
Point of Contact
Christina Johnson,, Phone: (301) 295-3069, Dolores E May,, Phone: 301-295-3922
 
E-Mail Address
cjohnson@usuhs.mil, dmay@usuhs.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work (SOW) The Uniformed Services University of the Health Sciences (USUHS), Bethesda, MD has a requirement for the renewal of a preventive maintenance contract on a Excell ICP Quadrupole Mass Spectrophotometer, SN: 206, manufacturer: Thermo Electron North America. T his is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. It will be the responsibility of the contractor to check the website for the issuance of any amendments/changes to the solicitation. Quotes are being requested and a written solicitation shall not be issued. Submit a written quote, to include price quotes for all CLINS for the base year and four option years. This Request for Quotations (RFQ) incorporates all provisions and clauses in effect through Federal Acquisition Circular 05-31. The North American Industry Classification System (NAICS) code is 811219 and a size standard of $7.0 million. This requirement is full and open and is 100% small business set-aside. This requirement is for a firm fixed priced contract for the following Contract Line Item Number (CLIN): Description and Manufacturer: CLIN 0001 Preventive Maintenance In accordance with the attached statement of work the contractor is required to performed yearly maintenance for a: Excell ICP Quadrupole Mass Spectrophotometer SN: 206 Manufacturer: Thermo Electron North America Period of Performance: 27 April 2009 through 26 April 2010. Option years will carry performance out to 26 April 2014, if exercised. Evaluation Procedures: The Government will award to the responsible offeror whose offer conforms to the combined synopsis/solicitation, is most advantageous to the government, based on the price and the technical factor listed below. Technical: Corporate Experience : Describe your experiences/qualifications performing maintenance on an Excell ICP Quadrupole Mass Spectrophotometer. Additionally, address any specific training of personnel. Past Performance : Please provide five references to be contacted by USU personnel. Include Company Name, Point of Contact, phone number, e-mail optional, contract value, and period of performance. A technically acceptable offer is an offer that complies with all specifications set forth herein. To be eligible for contract award, a contractor must be registered with the Central Contractor Registration (CCR) database. For instructions on registering with the CCR, please see the CCR web site at http://www.ccr.gov. All offerors are required to submit a completed copy of the Federal Acquisition Regulations (FAR) Provision 52.212-3, Offeror Representations and Certifications - Commercial Item and FAR Clause, 52.222-48, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification, with the offer. The following FAR provisions and clauses that apply are: 52.204-4 Printed or Copied Double-Sided on Recycled Paper 52.204-6 Data University Numbering System (DUNS) 52.204-7 Central Contractor Registration 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.212-1 Instructions to Offerors-Commercial Items 52.212-2 Evaluation - Commercial Items 52.212-3 Offeror Representation and Certifications-Commercial Items 52.212-4 Contract Terms and Conditions-Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statues The clauses cited within are applicable 52.219-6 Notice of Total Small Business Set-Aside 52.219-8 Utilization of Small Business Concerns 52.219-28 Post Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans 52.225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration 52.232-36 Payment by Third Party 52.217-8 Option to Extend Services (extend services within 30 days before the contract is set to expire) 52.217-9 Option to Extend the Term of the Contract (written notice is sent to the contractor within 15 days and the preliminary written notice of its intent to extend services at least 30 days before the contract expires; and the total duration of contract shall not exceed five years.) 52.219-1 Alt I Small Business Program Representations 52.222-22 Previous Contracts and Compliance Reports 52.225-13 Restrictions on Certain Foreign Purchases 52.233-4 Applicable Law for Breach of Contract Claim 52.252-1 Solicitation Provision Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 252.204-7004 Alt A Central Contractor Registration 252.232-7010 Levies on Contract Payments 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items The clauses cited within are applicable 52.203-3 Gratuities 252.243-7002 Requests for Equitable Adjustment 252.243-7001 Pricing of Contract Modifications All FAR and DFARS provisions and clauses can be viewed and accessed electronically at www.gsa.gov/far and www.arnet.gov. Direct any questions or inquiries in writing to Christina Johnson, Contract Specialist, at Directorate of Contracting, RM A1040C, USUHS, 4301 Jones Bridge Road Bethesda, MD 20814-4799 or via e-mail: cjohnson@usuhs.mil by April 20, 2009.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=62262be2c12ac2c8537c775d2d3c9b4e&tab=core&_cview=1)
 
Place of Performance
Address: Bethesda, Maryland, 20814, United States
Zip Code: 20814
 
Record
SN01793927-W 20090417/090415224347-62262be2c12ac2c8537c775d2d3c9b4e (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.