Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 08, 2010 FBO #3057
SOLICITATION NOTICE

35 -- Support Plan TSQ Quantum Ultra System

Notice Date
4/6/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Field Finance & Acquisition Services, HFT-320, 3900 NCTR Road, Jefferson, Arkansas, 72079-9502
 
ZIP Code
72079-9502
 
Solicitation Number
FDA-10-223-SOL-00092
 
Archive Date
5/1/2010
 
Point of Contact
Roy E. Mutch, Phone: 404-253-1258
 
E-Mail Address
roy.mutch@fda.hhs.gov
(roy.mutch@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
The Food and Drug Administration intends to award a Purchase Order for a Support Plan for the TSQ Quantum Ultra System - MSPEC-LC-MS. The requirements will be awarded using Simplified Acquisition Procedures in accordance with FAR 13.5. 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 solicitation: Proposals are being requested and a written solicitation will not be issued. The solicitation number is FDA-10-223-SOL-00092. This solicitation is issued as Request for Quote (RFQ). The associated North American Industry Classification System (NAICS) is 334516. Contract Type: Commercial Item-Firm Fixed Price. All responsible sources may submit a quote which shall be considered. The Food and Drug Administration is soliciting the following services: Support Plan - MSPEC - LC - MS. Statement of Work : Provide a one-year plus 4 Option Years comprehensive maintenance and service Support Plan for the TSQ Quantum Ultra System. This instrumentation, its maintenance and uninterrupted operation and the collaborative interactions with vendor’s scientific and technical support personnel, application scientists and factory personnel is required and is a critical need for the regulation of food and drug products and agency’s food defense initiatives. The vendor must be able to demonstrate broad and comprehensive experience providing equivalent support for the system listed above as evidenced through references with point of contact information listed. Each maintenance/service is to include an unlimited number of on-demand, on-site service visits within a maximum of 72-hour response time. The short response time is of critical value to the field labs to prevent building a back-log of information-critical public health sample for analysis. Most of the instruments in the labs operate around the clock to process samples that require a fast turn-around time due to numerous factors: perishable import samples which need to be tested immediately so as to make a statutory regulatory decision on the admissibility of the product before it deteriorates at the port, consumer-complaint samples for which issues need to be resolved as soon as possible, and any analysis related to identifying public health outbreaks or analyses in support of product traceback are also high-priorities. Due to the sensitive nature of the analyses the ORA field labs have to perform on a daily basis and instrument reliability and operational status is of utmost importance. Instrument reliability can be achieved by appropriate service coverage administered by a professional company that can deliver comprehensive services and support in a fast, effective manner. The service also requires support for technical inquiries within 2 hours. This is another very important feature the labs routinely require. For example, many minor software or hardware problems may have simple solutions that can be addressed with technical phone support, thus further reducing instrument down-time. Also, whenever the ORA field labs are faced with a new challenge, a new analyte to screen for, they have to rapidly develop and implement new methods. Availability of diverse scientific advice from the vendor’s technical support staff when trying to run new methods on the instruments is a required resource in this procurement as it directly assists in the speedy implementation of new LC-MS methods to respond to new challenges. Most importantly, the service must afford access not only to application scientists and engineers, but also to the personnel at the factory with the engineers that designed and built the instrument. This is a valuable resource for complex repairs and problems. The service must also include at least one preventative maintenance visit per contract calendar year – maintenance visits prolong the life of the instruments, systematically replace consumable parts, and identify and resolve minor problems before they turn into big issues. Having the routine maintenance performed by the professionals most familiar with the instruments frees up time of FDA lab personnel. These visits also ensure that laboratories are in compliance with quality management system requirements. The service requires factory-certified replacement parts and software updates and notifications. The contract must include a subscription to electronic support or Online Technical Resources which include notes developed by the vendor engineers and scientists and is a key advantage to having a vendor service contract in that FDA analysts have easy access to the authors of these notes. This service will ensure reliable operation of the field instruments which in turn supports the mission-critical analytical work the ORA labs perform on an everyday basis to promote food safety and defense as well as to protect the Public Health. FOB: Shipping Point - Destination. Company must be registered in Central Contractor Registration (CCR) before an award could be made to them. If the company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. The provision at FAR 52.212-1 Instructions to Offeror-Commercial Items applies to this solicitation. The following addenda have been attached to this provision: None. The provision a FAR 52.212-2 Evaluation-Commercial Item is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (1) of that provision are as follows: (i) Technical capability of the service offered must meet the Government requirements. (ii) Price. The Government will award a Purchase Order resulting from this solicitation to the responsible offeror whose offer comforming to the solicitation will be the most advantageous to the Government, price and other technical factors considered. The Govenment is not responsible for locating or securing any information, which is not identified in the proposal. To ensure information is available, vendors must furnish as part of their proposal all descriptive materials necessary for the Government to determine whether the service meets the technical requirements. The Government reserves the right to make an award without discussions. The provision at FAR 52.212-3, Offeror Representation and Certification-Commercial Items, applies to this acquisition. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Excutive Orders-Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this solicitation are applicable: 52.222-3; 52.222-19; 52.222.21; 52.222-26; 52.222.36; 52.225-1; 52.232-13; and 52.232-34. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provision can be obtained at http://www.acquisition.gov. Offers are due in person, by postal mail, by email or fax on or before April 16, 2010, 15:00pm Eastern Daylight Saving Time. Local Prevailing Time in Atlanta, GA at Food and Drug Administration OSS/PB, Attn: Roy E. Mutch, 60 8th Street, NE, Atlanta, GA 30309. For information regarding this solicitation, please contact Roy E. Mutch @ (404) 253-1258, or email roy.mutch@fda.hhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/FDA-10-223-SOL-00092/listing.html)
 
Place of Performance
Address: FDA, 19701 FAIRCHILD, IRVINE, California, 92612, United States
Zip Code: 92612
 
Record
SN02114191-W 20100408/100406235353-74c699c429370724ebeede5fbcbb979a (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.