Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 10, 2013 FBO #4096
SOLICITATION NOTICE

J -- Maintenance, repair and rebuilding of equipment

Notice Date
2/8/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
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
NAID-NOI13-D1622032
 
Archive Date
3/7/2013
 
Point of Contact
Lisa Hinton, Phone: 301.402.5803, Phyllis K Exum, Phone: 301-402-5762
 
E-Mail Address
hintonl@mail.nih.gov, Phyllis.Exum@nih.hhs.gov
(hintonl@mail.nih.gov, Phyllis.Exum@nih.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a Notice of Intent, not a request for a proposal. A solicitation document will not be issued and proposals will not be requested. The National Institute of Allergy and infectious Diseases intends to solicit, negotiate and award a purchase order on a noncompetitive basis to Shimadzu Scientific Instrument, 7102 Riverview Drive, Columbia, MD, 21046 for the following: Item/Description/Quantity. 1. DIS AXIM-CFR PLUS S/N 60193/04 EXTENDED WARRANTY PLUS Qty (1); 2. CONTRACT TRAVEL; TRAVEL ZONE A (0-100 mile) Qty (1); 3. CHARGE FOR QUARTERLY EXTENDED WARRANTY PLUS Qty (1); Contractor Requirements: The performance agreement with the contractor is a yearly contract for full maintenance of our Shimadzu Axima CFR+ instrument. The purchase plan will include all parts, labor and travel necessary for remedial repair and an annual planned maintenance visit for the equipment. The contract will include telephone access to technical support. A periodic maintenance will be performed once each contract period. It is designed to help maintain system performance and to help diagnosis of any system deficiencies. It will include a pre-PM performance evaluation, mechanical maintenance, post-maintenance performance checks and full review of the performed work with the customer. This equipment is proprietary equipment; "all repair personnel" must be certified by the manufacturer to perform maintenance on the equipment to avoid risk or loss of warranty. The following factors for the analysis to be reliable and timely. Award will be based on: 1) technical capabilities to meet the required specifications, 2) Delivery, 3) Installation, 4) Warranty, and 5) Price. Warranty information to include period and coverage, shall be stated. The associated North American Industry Classification System (NAICS) Code 334516, which has a business size standard of 500. The following FAR provisions and clauses apply to this acquisition: Buy American Act-Supplies; FAR 52.204-7; FAR 52.212-1 Instructions to Offers Commercial Items; FAR 52.212.3 Offeror Representations and Certifications Commercial Items; FAR 52.212-4 Contractor Terms and Conditions Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. All of the terms and conditions pertaining to the Premium PM (with the exception that terms pertaining to MS pump rebuilds or replacements is detailed in a separate addendum Copies of the aforementioned clauses are available upon request by telephone to Ms. Lisa Hinton at (301) 402-5803. This notice of intent is not a request for competitive proposals. Interested parties may identify their interest and capabilities in response to this notification. The determination by the Government not to compete the proposed contract based upon responses to this notice is solely to the discretion of the Government. Comments to this announcement, referencing notification number NIAIDNOI13-D1622032 must be submitted no later than 5:00 PM Eastern Time (ET) February 20, 2013 to Ms. Lisa Hinton. For delivery through the Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Drive, Suite 2NE52B/MSC 4812, Bethesda, Maryland 20817-4812. Electronic submission will not be accepted. In order to be considered for an award, 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.]
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/NAID-NOI13-D1622032/listing.html)
 
Place of Performance
Address: National Institute of Allergy and Infectious Diseases, Bethesda, Maryland, 20817, United States
Zip Code: 20817
 
Record
SN02983267-W 20130210/130208235330-d7e2e6a8502136fe2742c21e2e70caf5 (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.