SPECIAL NOTICE
J -- NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT
- Notice Date
- 3/14/2014
- Notice Type
- Special Notice
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- ACC-APG-TENANT CONTRACTING DIV,, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
- ZIP Code
- 21005-3013
- Solicitation Number
- W91ZLK14T0407
- Archive Date
- 3/14/2015
- Point of Contact
- Kenneth Harlan, 123-456-1111
- E-Mail Address
-
ACC-APG-TENANT CONTRACTING DIV
(kenneth.p.harlan.mil@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT using Federal Acquisition Regulation FAR Part 13, Simplified Acquisition Procedures. The US Army Contracting Command, Aberdeen Proving Ground - Installation Contracting Division, 6001 Combat Drive, Aberdeen, Maryland, 21005 has a requirement to procure the following: FULL SERVICE AGREEMENT: Vendor will provide Full Service support (service, technical support, parts, etc) on the following two instruments: MakeModelMMCNSerial Number QIAGENRotor-Gene Q Thermocycler 094230 R0412214 QIAGENEZ1/Advanced DNA Extractor 0942311009A0536 This agreement also includes: -Unlimited Technical Phone Support -A Loaner Instrument for the Rotor-Gene Q Thermocycler if the repair cannot be performed over the phone. -Free Shipping for the Loaner Instrument, the shipment of the government equipment for repair to QIAGEN, and the return of the loaner with the government owned equipment repair is complete. -1 Annual PM per agreement year. TRAINING/CERTIFICATION REQUIREMENTS: All contract personnel providing this Full Service must be trained and certified by QIAGEN to maintain this equipment prior to contract award. Proof of this training and certification must be provided to the government prior to contract award. Vendor must also demonstrate 1 year of experience with the specified make and model equipment. Loss of this certification by the vendor may result in termination of the contract. DOCUMENTATION: All documentation, schematics, hardware, and software manuals, diagnostic routines, and any other aids in the possession of the government will be provided to the contractor for use if applicable. All other documentation required by the contractor to perform the service shall be furnished by the contractor and labeled as contractor property. The government will not be required to aid in the acquisition of any documentation necessary to perform the duties of this contract. ON-SITE REPAIRS: The vendor is expected to be onsite within 2 business days after the confirmation call is received. (No more than 4 business days following the request for service call placed by the government COR or designee). Vendor MUST obtain a service ticket upon arrival at the facility before initiating any work. This is the authorization that the work has been approved by the COR or designee ONSITE REPORTING PROCEDURES: All contract employees entering building E5800 MUST first report to the building secretary in the receptionist area or have the technical Point of Contact (POC) meet them in the receptionist area prior to beginning any work. Contractor will be checked into the building by the technical POC and issued a service ticket before beginning work in the building. The technician must have an escort at all times while in the building. Upon completion of the work for the day, the contractor must report the status of the service request to the technical POC who will brief the status to the COR. If the work is complete, the contractor must summarize the work performed, sign the service ticket, and have the technical POC sign off on the service ticket before it is returned to the COR for review. If the contractor must return to complete the work, the service ticket will be re-issued upon return to building E5800. Once the work is complete, the contractor must follow-up with a service report to the COR or technical POC that details the service performed on the instrument within 7 days of completion of the work requested. OFF-SITE REPAIRS: (For RGQ Thermocycler only) Any service evaluation where it is determined that an adequate repair cannot be completed on-site through technical phone support and shipped parts from QIAGEN to the USAPHC, a loaner instrument will be provided to USAPHC before the government equipment is shipped to QIAGEN for off-site repair. This loaner may be used by the government until such time the government equipment is repaired and returned to the USAPHC for evaluation. ANTI-TERRORISM/ OPERATIONAL SECURITY (AT/OPSEC): Per AR 530-1, Operations Security, new contractor employees must complete Level I OPSEC training within 30 calendar days of their reporting for duty. All contractor employees must complete annual OPSEC awareness training. The intended period of performance is one year from award date. The Government intends to award a firm-fixed price sole source contract to QIAGEN Sample and Assay Technologies. This firm is the original and sole Installation, IQ/OQ, Service Agreements, Preventive Maintenance Validation Support, Applications and Technical Support of the QIAGEN Instrumentation. The associated North America Industry Classification System (NAICS) Code is 811219 and the Business Size Standard is $19 million. All responses received within six (5) days after date of publication of this notice will be considered by the Government. A determination by the Government not to compete this proposed purchase order based upon responses to this notice is solely within the discretion of the Government. Interested persons may identify their interest and capability to respond to the requirement no later than 2:00 PM Eastern Time, 19 March 2014. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government in future procurements. For questions concerning this Notice of Intent, contact the Contract Specialist, Kenneth P. Harlan, at kenneth.p.harlan.mil@mail.mil. Posting date of this notice is 14 March 2014. NO TELEPHONE REQUESTS WILL BE HONORED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2e9b12e471097c30ed4a82e9fa85568f)
- Record
- SN03311012-W 20140316/140314234322-2e9b12e471097c30ed4a82e9fa85568f (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 |