The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-38.
The associated North American Industry Classification System (NAICS) Code is- 334516 - Analytical Laboratory Instrument Manufacturing; Small Business Size Standards is 500 in number of employees. This combined synopsis/solicitation is set-aside for Small Business.
Respondents are responsible for delivery in person, by e-mail, fax, mail or other delivery method their complete proposal and any additional documents before 9:00 am (Central Standard Time - Local Prevailing Time in Jefferson, Arkansas) on May 17, 2011 to [email protected], Fax (870) 543-7990, or mail to the U. S. Food and Drug Administration, OC/OSS/OAGS, Attention of Howard Nesmith, 3900 NCTR Road, Jefferson, AR 72079-9502.
PLEASE NOTE - The above contact information is for the Contracting Office and not necessarily the delivery address. The delivery address is indicated in the FOB Destination section below.
When appropriate, Respondents should consult with delivery providers to determine whether their documents will be delivered prior to the scheduled time.
For information regarding this solicitation, please contact Howard Nesmith by e-Mail at [email protected], Phone (870) 543-7459, or FAX (870) 543-7990.
The Food and Drug Administration is soliciting quotes for Transgenomic WAVE Nucleic Acid Fragment Analysis System Support Plan (Serial # 041002WVE). This instrumentation requires proper care and maintenance for optimal performance. Any award(s) resulting from this solicitation is contingent on the availability of funds within the 2011 Fiscal Year. Quotes shall be valid thru September 30, 2011.
Respondents are requested to provide a quote for the initial item (Item #1) and encouraged to provide quotes for the additional items for the possibility of extending any awarded contract based on Item #1. Respondents may provide quotes for as many of the additional items as reasonably possible.
If the additional items beyond Item #1 have an increase in price the Respondent must provide an explanation for the bases of each increase.
Item #1
Transgenomic WAVE Nucleic Acid Fragment Analysis System Support Plan
Support Plan to Include:
Semiannual preventative maintenance visits
Parts, labor and travel expenses covered at no extra charge
Emergency visits in the event of operational failure
Telephone Hotline Support
Premier Access to MutationDiscovery.com® - Transgenomic's Nucleotide Validation and Mutation Database.
Software revisions training
Discount on consumables
Discount on consumables
Performance Period: July 23, 2011 - July 22, 2012
Unit Price ________
Extended Price _______
Item #2
Transgenomic WAVE Nucleic Acid Fragment Analysis System Support Plan
Performance Period: July 23, 2012 - July 22, 2013
Unit Price ________
Extended Price _______
Item #3
Transgenomic WAVE Nucleic Acid Fragment Analysis System Support Plan
Performance Period: July 23, 2013 - July 22, 2014
Unit Price ________
Extended Price _______
Item #4
Transgenomic WAVE Nucleic Acid Fragment Analysis System Support Plan
Performance Period: July 23, 2014 - July 22, 2015
Unit Price ________
Extended Price _______
Item #5
Transgenomic WAVE Nucleic Acid Fragment Analysis System Support Plan
Performance Period: July 23, 2015 - July 22, 2016
Unit Price ________
Extended Price _______
FOB Destination - U.S. Food and Drug Administration, NCTR/DHHS/FDA, 3900 NCTR Rd., Jefferson, AR 72079.
Contract Type - Commercial Item - Firm fixed price. Simplified procurement procedures will be utilized.
An official authorized to bind the Offeror must sign the terms and conditions of the offer. Offerors that fail to furnish required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration.
CCR REQUIREMENT - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov.
The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items applies to this solicitation.
The provision at FAR 52.212-2 Evaluation-Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (1) of that provision are as follows:
The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
(i) Technical capability of the items offered to meet the Government's requirement.
(ii) Price.
The government will award the purchase order to the lowest price technically acceptable quote.
Technical acceptability will be determined by review of information submitted by the quoter which must provide a description in sufficient detail to show that the product/service quoted meets the Government's requirement.
The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure information is available, vendors must furnish as part of their proposal all descriptive material necessary for the government to determine whether the service meets the technical requirements. Quotes shall include technical specifications, descriptive material, literature, brochures and other information corresponding to each minimum required item, which demonstrates the capabilities of the offeror.
The Provision at FAR 52.212-3, Offerors Representations and Certifications-Commercial Items, applies to this acquisition. An offeror shall complete only paragraph (b) of the provision if the offeror has completed the annual representations and certification electronically at http://orca.bpn.gov.
The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to the clause: None.
The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-3, 52.225-13, and 52.232-33.
Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.arnet.gov.
CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov.
A standard commercial warranty on parts and workmanship is required.
The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice.