The RFP Database
New business relationships start here

Preventive Maintenance for Entech Instruments


Ohio, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Requirements (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued.
The solicitation number for this requirement is 2019-Q-30830 and is hereby issued as a Request for Quote (RFQ) using FAR Subpart 13.1 Simplified Acquisition Procedures.

BRAND NAME ONLY- Justification Attached.


The NAICS Code for this synopsis/solicitation is 811219, Size Standard 500 employees.
Solicitation/ Purchase Request issued as a Request for Quotes (RFQ) number 2019-Q-30830. This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2019-03, Effective 4 Jan 2019. A Firm-Fixed Price purchase order will be issued in writing to the successful offeror.


The Government contemplates award of a firm-fixed price contract resulting from this solicitation for the following Contract Line Item Number (CLIN):


BRAND NAME ONLY: Specifications for Yearly maintenance service agreement for Entech preconcentrations and canister cleaning vides for an on-site field support visit in conjunction with the coverage of the phone and parts plan, please see Attachment 1.


CLIN 0001: Base Year qty: 1 EA


POP: 2/1/2019 - 1/31/2020


Services are to be billed quarterly in arrears


Services are for both the Hamilton and Taft building is Cincinnati, OH ONLY
SC025 LEVEL 3 7200-01 (S/N 1069)
SC211 LEVEL 3 SERVICE VISIT (TAFT BUILDING)
(END OF LIFE VISIT ON (S/N: 144 IS 12/31/19)
SC211 LEVEL 5 SERVICES VISIT (HAMILTION BUILDING)
SC021 LEVEL 3 7150-LN2 (S/N 088)
SC025 LEVEL 3 7500A (S/N 181)
SC052 LEVEL 3 7500A (S/N 144)


*SERVICE VISIT SCHEDULED AT THE CUSTOMER'S DISCRETION.
On Site Service Support Plan included
Unlimited Phone Support
Maximum 4 hour call back
Non-Consumable Repair Parts As Needed
One On-Site Service Visit (at the customer discretion)


The on-site service visit must be performed by a qualified field engineer with knowledge and experience with Entech Instruments that has repaired instruments or perform preventive maintenance services.


CLIN 0002: Option Year 1 qty: 1 EA


POP: 2/1/2020 - 1/31/2021


Services are to be billed quarterly in arrears


Services are for both the Hamilton and Taft building is Cincinnati, OH ONLY
SC025 LEVEL 3 7200-01 (S/N 1069)
SC211 LEVEL 3 SERVICE VISIT (TAFT BUILDING)



*SERVICE VISIT SCHEDULED AT THE CUSTOMER'S DISCRETION.
On Site Service Support Plan included
Unlimited Phone Support
Maximum 4 hour call back
Non-Consumable Repair Parts As Needed
One On-Site Service Visit (at the customer discretion)



The on-site service visit must be performed by a qualified field engineer with knowledge and experience with Entech Instruments that has repaired instruments or perform preventive maintenance services.


Your quote shall include the following:
• Total Price for CLIN 0001 and CLIN 0002
The quote format is at the discretion of the offeror.
It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions may be accessed via the Internet at website http://farsite.hill.af.mil.


To be eligible to receive an award resulting from this solicitation, contractor must be registered in the System for Award Management. To register apply via the Internet at http://www.sam.gov. For questions on registration contact Federal Service Desk at 866-606-8220.


**Include FAR 52.212-3, Offeror Representations and Certifications with Offer or indicate if it is available online at SAM.gov.


In accordance with the FAR 13.106-1(a)(2), offerors are notified that award will be made on the basis of lowest price technically acceptable. Technical acceptability is determined by conformance to all details described for each CLIN. Offerors will be evaluated in accordance with FAR 13.106-2. A Firm-Fixed Price purchase order will be issued in writing to the successful offeror.



No telephonic quotes will be processed. All responses must be received no later than 2:00 P.M., Eastern Standard Time on January 18, 2015. Please send any questions and quotes to Dwight Favors at dyf3@cdc.gov.


Dwight D Favors, Supervisory Contract Specialist, Phone (513)533-8137, Fax (513)533-8283, Email dyf3@cdc.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP