SOLICITATION NOTICE
66 -- OmniLog Service Contract
- Notice Date
- 1/20/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325413
— In-Vitro Diagnostic Substance Manufacturing
- Contracting Office
- Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
- ZIP Code
- 20857-0001
- Solicitation Number
- 1068188
- Archive Date
- 2/19/2010
- Point of Contact
- Jaclyn Stielper, , Doreen Williams,
- E-Mail Address
-
jaclyn.stielper@fda.hhs.gov, doreen.williams@fda.hhs.gov
(jaclyn.stielper@fda.hhs.gov, doreen.williams@fda.hhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, simplified acquisition procedures and the resultant purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 05-35. This announcement constitutes the only 100% total small business set aside solicitation. This synopsis, NAICS code 325413, is to notify contractors that the government intends to issue a Firm Fixed Price Purchase Order in accordance with FAR Part 13.106 for the following statement of work, under the simplified acquisition procedures. Any firm that believes it is capable of providing the required service as stated herein may submit a capability statement to document its ability to provide the required services. A determination to compete this procurement based on a response to this notice is solely within the discretion of the Government. The Government reserves the right to award a contract without discussions if the Contracting Officer determines that the initial offer(s) is/are providing the Best Value and discussions are not necessary. Award will be made to the party whose quote offers the best value to the Government. The Government may award this contract to other than the lowest price technically acceptable quote. Technical specifications and past performance is significantly more important than price. This solicitation is issued as a Request for Quotation (RFQ). The Food and Drug Administration (FDA) intends to award a purchase order for an OmniLog Service Contract. Statement of Work (SOW) The Division of Microbiology in the Office of Regulatory Science has one OmniLog with Microstation system manufactured by Biolog, Inc. (Model#SC90004). This system requires annual preventative maintenance for both the OmniLog and Microstation systems. Annual preventive maintenance is critical to the continued functioning of this precision instrument as is the ability to have a service engineer physically on site in the case of major instrument failure. This instrument uses both hardware and software that is unique to the OmniLog, and repairs can be costly without a service contract. Additionally, the system uses proprietary Biolog, Inc. MicroPlate test panels which are read and analyzed by the system. This service certifies that both of the instruments will produce results that parallel those determined by Biolog, and enables proper organism identification when compared with Biolog established databases. The contractor shall provide services including cleaning, replacing, and calibrating all instrument parts and supporting hardware. We need our Biolog OmniLog and MicroStation instruments to be serviced annually by a company that will not void any remaining Biolog warranty from the original purchase of the equipment. The service agreement needs to include the following items during its covered service agreement period: 1.All labor, travel, expenses and parts for an unlimited number of on-demand service visits 2.One preventive maintenance visit per year, which may include: a.Clean and inspect mirrors, camera lens and interference filters. b.Lubricate moving parts. c.Replace as required lamps and batteries. d.Adjust optical components. e.Check calibration with NAST traceable standards. f.Perform one or more of the following test protocols: Air Reference, Empty Carrier, Linearity, Repeatability, Channel-to-Channel, Hardware and Video tests. 3.All replacements parts and modules as deemed necessary by the technical assistance center and field engineers. 4.telephone technical support Period of Performance Please provide a quote for each of the years below: Base Year: 03/15/10 – 03/14/11 Option Year 1: 03/15/11 -03/14/12 Option Year 2: 03/15/12 – 03/14/13 Option Year 3: 03/15/13 – 03/14/14 Option Year 4: 03/15/14 – 03/14/15 Evaluation Criteria 1.Demonstrate understanding of the requirement. 2.Provide past performance that is the same or similar in nature. 3.Cost CCR: Vendors must be registered in the Central Contractor Register (CCR) prior to the award of a contract. You may register by going to www.ccr.gov. You will need your Dun & Bradstreet number and banking information. QUESTIONS DEADLINE: All questions are to be submitted via email to Jaclyn.Stielper@fda.hhs.gov no later than January 30, 2010 at 3:00 PM EST. Telephone calls will not be accepted. QUOTATIONS DUE: All quotations are due, via email to: Jaclyn.Stielper@fda.hhs.gov, no later than 4:00 PM EST on February 4, 2010. PROVISIONS and CLAUSES: The provision at FAR 52.212-1, Instructions to Offerors Commercial Items applies to this solicitation. The following agenda has been attached to this provision: None. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items. The clause at FAR 52.212-4, Contract Terms and Conditions, Commercial Items applies to this acquisition. The following agenda has been attached to the clause: None. The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items applies to this acquisition. The following FAR clauses cited are applicable: FAR 52.217-8, FAR 52.217-9, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, and FAR 52.232-33. Clauses and provisions are incorporated by reference and apply to this acquisition.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/1068188/listing.html)
- Place of Performance
- Address: 5100 Paint Branch Parkway, College Park, Maryland, 20740, United States
- Zip Code: 20740
- Zip Code: 20740
- Record
- SN02046040-W 20100122/100120235733-0ec71032faf930efcaca6af046fd902a (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 |