MODIFICATION
J -- Service Agreement
- Notice Date
- 11/24/2010
- Notice Type
- Modification/Amendment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- 5630 Fishers Lane, Rockville, MD 20857
- ZIP Code
- 20857
- Solicitation Number
- FDA-SOL-1082219
- Response Due
- 11/24/2010
- Archive Date
- 12/15/2010
- Point of Contact
- William T. Lee, Phone: 3014435863, Doreen Williams,
- E-Mail Address
-
william.lee@fda.hhs.gov, doreen.williams@fda.hhs.gov
(william.lee@fda.hhs.gov, doreen.williams@fda.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Description: A competitive purchase order will be issued for a base plus (4) option years, brand name or equal, service agreement by FDA/Center for Drug Evaluation and Research for an AKTAPURIFIER UPC 10 (S/N 28406264-1446356). The NAIC's code is 811219. The AKTA Liquid Chromatography system is used to separate, identify, and quantify compunds. HPLC utilizes a column that holds chromatographic packing material (stationary phase), a pump that moves the mobile phase(s) through the column, and a detector that shows the retention times of the molecules. (USG1, Service (Gold Level) Agreement) Salient Characteristics: • Field service engineer shall perform all services. • Shall include at least one preventive maintenance and corrective repairs. • Maintenance Agreement shall include the cost of travel, parts and labor. • Shall include necessary software upgrades. • Whenever this instrument breaks down, the field engineer will be dispatched to troubleshoot, fix the problem and replace parts if necessary. Supporting Information: A. Security Service employee that comes to work on the instrument is required to use public parking lot and to be issued a temporary pass. Person would also be required to report to guard at Bldg 29B, who will contact FDA employee. FDA employee must escort person to and from work location. B. Place of Performance The work will be performed in Bldg 29B; Room#5G17, where AKTA FPLC is permanently located. C. Period of Performance Service Agreement shall cover a base year plus (4) option years. Evaluation for Award: The Government may award this purchase order to other than the lowest price technically acceptable quote. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting the Requirement," 2) Relevant Experience and 3) Price. 1. Technical Capability: The contractor shall meet all requirements listed under the specifications. 2. Relevant Experience: The contract has provided the same or similar experience to the government or other companies within the last 3 years. 3. Price. Technical Capability and Relevant Experience combined are significantly more important than price. All interested offerors must be registered in the Central Contractor Registration (CCR). Offerors are advised that award will be made to the offeror whose quotation provides the combination of services that offers the best value to the Government. The government is more concerned with obtaining performance capability superiority rather than lowest overall cost. This procurement will be made in accordance with FAR Part 13, Simplified Acquisition Procedures.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-SOL-1082219/listing.html)
- Place of Performance
- Address: 8800 Rockville Pike, Bldg 29B; Room#5G17, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN02333556-W 20101126/101124234204-2aa324a6d0884a64560340cfc7e87dc2 (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 |