SOLICITATION NOTICE
J -- Maintenance, Repair & Rebuilding of Equipment / Various Analyzers & Sequence Detection Systems - Package #1
- Notice Date
- 1/24/2013
- 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-13C-1618993
- Archive Date
- 2/23/2013
- Point of Contact
- Jennifer Walker, Phone: 301-402-2282, Tonia L Alexander, Phone: 301-402-2282
- E-Mail Address
-
jwalker@niaid.nih.gov, talexander@niaid.nih.gov
(jwalker@niaid.nih.gov, talexander@niaid.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- List of Equipment and Serial # This is a combined Synopsis/Solicitation/Notice of Intent for commercial items prepared in accordance with the format of 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-13C-1618993, a Notice of Intent. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC2005-64, dated January 18, 2013. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is a not a small business set-aside, however small disadvantage, minority, veteran owned, and HUB zone companies, etc., are encourage to submit a proposal. The associated North American Industry Classification System (NAICS) Code is 811310, which has a size standard of $7.0 in millions of dollars. The National Institute of Allergy and Infectious Diseases (NIAID) intends to procure a six-month preventive maintenance service contract on a sole source basis for the Life Technologies (formally Applied Biosystems). See the attached list of equipment and serial numbers. The Contractor shall provide all necessary parts and equipment necessary to perform remedial repair and planned maintenance visits, priority response time of two (2) business days after receipt of service call, response time of three (3) business days for remedial repairs, priority telephone and email access to instrument technical support, telephone and email access to application technical support, and remote monitoring. All parts and accessories must be compatible with existing equipment and no substitutes are allowed. The purpose of this six-month service agreement is for the attached list of equipment to be maintained in operating condition. The award will be based on: 1) the capability to perform the above stated salient characteristics, 2) price, and 3) delivery (six-months from date of award). Place of delivery Bethesda, Maryland, 20892. The FOB point shall be Destination and Net 30. This will be a fixed price contract. The following Federal Acquisition Regulations provisions and clauses apply to the acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items; Far 52.212-2 Evalutaion Commercial Items; Far 52.212-3 Offeror Representation 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; and FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). A completed copy of provisions at FAR 52.212-3 Offerors Representation and Certifications Commercial Items must be included which can be found online at System for Award Management (SAM) https://www.sam.gov. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database 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 SAM will make an Offeror ineligible for award.] Offers must be submitted no later than 5:00 p.m. Eastern Standard Time (EST), on February 8, 2013. For delivery through the U.S. Postal Service to the address of NIH/NIAID/AMOB, 10401 Fernwood Road, Room 2NE38A, Attention: Jennifer Walker, Bethesda, MD, 20892-4811. Email, fax, and collect calls of submission is not acceptable. Requests for information concerning this requirement are to be addressed to Jennifer Walker at 301-402-2282.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/NIAID-NOI-13C-1618993/listing.html)
- Place of Performance
- Address: National Institutes of Health, NIAID, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN02971937-W 20130126/130124234739-9b39bab261eb88005b83c0d57025f275 (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 |