Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2011 FBO #3679
SOLICITATION NOTICE

J -- Mainteance, Repair & Rebuilding of Equipment - Package #1

Notice Date
12/19/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
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-NOI-12025
 
Archive Date
1/18/2012
 
Point of Contact
Terry M Knight, Phone: 301-402-2282, John - Foley, Phone: 301-402-2284
 
E-Mail Address
knightte@niaid.nih.gov, jfoley@niaid.nih.gov
(knightte@niaid.nih.gov, jfoley@niaid.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Equipment List 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; quotations are not being requested and a written solicitation will not be issued for the solicitation number NIAID-NOI-12025 a Notice of Intent. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-54 dated November 2, 2011. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is not a small business set-aside. The associated North American Industry Classification System (NAICS) Code is 811310, which has a small-business size standard is $7 million. The National Institute of Allergy and Infectious Disease (NIAID) intends to procure a renewal one year maintenance service from Becton, Dickinson, and Company (BD Biosciences). The purpose of this requirement is to provide maintenance on existing equipment of high throughput sampler systems and lasers. See attached list of equipment. 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 PM Kits, software revisions released during the agreement term. Replacement with a certified refurbished unit, if required, at the discretion of the contractor, and if required will be provided within two (2) working days. 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. Period of Performance is one year from date of award to the location of Bethesda, Maryland 20892. The award will be based on : 1) the capability to perform the required specifications, 2) price, and 3) delivery. 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 of Executive Orders - Commercial Items; and FAR 52.232.33, Payment by Electronic Funds Transfer - Center Contractor Registration (Oct 2003). 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 5:00 P.M. Eastern Standard Time on Tuesday, January 3, 2012. For delivery of responses through the Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Drive, Room 2NE52E, MSC 4811, Bethesda, Maryland 20892-4811. E-mail and Fax submissions are not authorized. Request for information concerning this requirement are to be submitted in writing, and can be faxed to 301-480-8720, or e-mail to knightte@niaid.nih.gov. It is the vendor's responsibility to confirm receipts of all quotations and/or questions by the closing date of this announcement by contacting Mr. Terry Knight at (301) 402-2282. Collect calls will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/NIAID-NOI-12025/listing.html)
 
Place of Performance
Address: National Institutes of Health, NIAID, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02641402-W 20111221/111219233935-6f345e7d14b1d963fd681443039da4d3 (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.