Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 24, 2011 FBO #3407
SOLICITATION NOTICE

J -- Maintenance

Notice Date
3/22/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
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
NIAID_NOI10074
 
Archive Date
4/20/2011
 
Point of Contact
Valerie N. Hankins, Phone: 301-402-5803, John - Foley, Phone: 301-402-2284
 
E-Mail Address
vh90e@nih.gov, jfoley@niaid.nih.gov
(vh90e@nih.gov, jfoley@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. The solicitation number for this acquisition is NIAID_NOI10074 and the solicitation is being issued as a Notice of Intent on a sole source basis. This solicitation document and its incorporated provisions are those in effect through the Federal Acquisition Circular (FAC 2005-49). This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is not a small business set aside. The National Institute of Allergy and Infectious Disease (NIAID) intend to procure Maintenance services from BD Biosciences. The purpose of this requirement is to provide maintenance on existing equipment of four FACSARIA serial #: P90500004, P90100001, P07900144 and P07900145; one FACSCANTO II, serial #: V96300351 and a LSR II, serial #: H47100183. All parts and accessories must be compatible with existing equipment and no substitutions are allowed. The contractor will quote for labor, travel expenses and parts (excluding consumables). The contractor will perform 2 preventative maintenance inspections to be performed during a 12 month period and include 2 Performanace Maintenance (PM) Kits and will provide software revisions as they are released during the agreement term. The contractor will provide unlimited service visits, Monday - Friday excluding contractor's holidays, Unlimited telephone support for instruments, reagents, and applications will be provided without any additional charge. The contractor will guarantee to respond to emergency on-site visits service Monday - Friday, (excluding contractor's holidays) within 48 hours. The contractor will provide access to FACSConnect and the remote diagnostics tool. The award will be based on Equipment Compatibility, Technical Capability and Price. The North American Industry Classification System (NIACS) Code for this acquisition is 541190, and the small-business size standard is $6.5 million. This is a firm fixed-price contract 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 52.212-2 Evaluation-Commercial Items; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items; FAR 52.225-1, Central Contractor Registration; and FAR 32.703-2, Availability of Funds, FAR 52.232-33, Payment by Electronic Funds Transfer- Central 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 3:00 P.M. Eastern Daylight Time on Tuesday, April 5, 2011. For delivery of responses through the Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Drive, Suite 2NE70, Bethesda, Maryland 20892-4812. E-mail and Fax submissions are not authorized. Requests for information concerning this requirement must be submitted in writing, and can be faxed to 301-480-0469, or e-mailed to hankinsv@niaid.nih.gov. It is the vendor's responsibility to confirm receipt of all quotations and/or questions by the closing date of this announcement by contacting Valerie Hankins at 301-402-5770 Collect calls will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/NIAID_NOI10074/listing.html)
 
Place of Performance
Address: Address: National Institutes of Health NIAID Bethesda MD, Postal Code: 20892, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02406450-W 20110324/110322234439-073147b8a7493df3c6a70957e9689373 (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.