The RFP Database
New business relationships start here

pipette calibration BPA


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

Solicitation # HU0001-17-Q-0004

USU and Armed Forces Radiobiology Research Institute (AFRRI), both located in Bethesda, MD, have a requirement for semi-annual (Feb and June) pipette calibration services of approx. 300-400 pipettes, occurring twice a year at USU and twice a year at AFRRI.

This requirement is set-aside for small business concerns under NAICS code 811219 OTHER ELECTRONIC AND PRECISION EQUIPMENT REPAIR AND MAINTENANCE with a size standard of $20,500,000.00.

The government intends to award, on a competitive basis, a single award Blanket Purchase Agreement (BPA) for the performance of pipette calibration services over a period of 5 years.

In order to be eligible for this BPA, offerors must be registered in www.SAM.gov, with completed representations and certifications by the close date of the solicitation.
Pipette Calibration Service Sought:
PM include
Can you perform this service? YES/NO
1. Function test
2. Cleaning
3. Visual and pressurized leak test
4. Seal replacement
5. Shaft O-ring of each pipets
6. 1 year warranty on parts and labor
7. Minor repairs
8. Pass and fail report
9. Labels with due date
10. On site or free mail in service
11. DNA decontamination
12. RNase off decontamination
13. 48 Hour lab turn around/preferred onsite service at the TSB/AFRRI BIOMEDICAL Shop
14. Serviced with factory-certified parts
15. Over the phone troubleshooting for our technicians
16. Ordering spare parts if needed by our shop
17. Providing technical support
*
*Please add an additional service you can offer with your quote

Evaluation
The government intends to award a five year firm-fixed priced (FFP) BPA to the offeror(s) representing the best value, using trade-offs, to the government based on the evaluation factors listed below. Evaluation factors are listed in order of importance, with most important listed first. The government will conduct a trade-off between price and non-price factors. The Government is not required to award to the lowest priced offeror or the highest technically rated offeror.
Onsite visits shall be coordinated with the technical end-user, who will be identified in the purchase order, and be conducted during normal business hours (Monday - Friday: 8:00 AM local time - 5:00 PM local time, excluding Federal Holidays).
Evaluation Factors (Listed in order of importance):
1. Technical -Offerors are required to submit their technical approach (provide supporting technical/sales literature) of pipette calibration with the quote.
The services listed in the table above will be used for the price comparison purposes because they are the most commonly used. However this does not limit USU and AFRRI to those services. USU and AFFRI can add additional pipette services offered at any time.
Offeror must accept GPC (Government Purchase Card) for payment. Please confirm your acceptance of VISA for payment terms.
2. Price - Offerors must provide a unit price for services listed in the table above but can also provide pricing for all additional services. Provide years two through five pricing if possible. The expected duration of this BPA is five years from February 2017 to February 2022. Offerors must include all other applicable costs they deem pertinent and necessary. The total quoted price for all applicable costs will be the evaluated price.
3. Past Performance - The Government may evaluate the offeror's present and past performance on similar tasks within the past three years. Offerors should provide at least two customer references for similar work performed. The Government reserves the right to select which reference(s) to contact. The following information must be provided for each reference:
a. Name of client and address;
b. Name of current PoC, including title, phone number, and email address;
c. Contract number, if available;
d. Contract value (total cost);
e. Contract period of performance (PoP); and
f. A clear description of the service provided.
If a company lacks a past performance history, they will not be evaluated favorably or unfavorably for its past performance history.

Deadlines:
Questions/clarifications regarding this solicitation must be submitted via email to polina.klimenkova@usuhs.edu by January 10th, 2017. Any question received after January 10th will not be answered. Questions will not be answered over the phone or submitted by any other means. All questions will be answered in an amendment to the solicitation posted on or around January 13th.
Quote packages are due by 08:00 p.m. Eastern Local Time on January 18, 2016. Quotes must be submitted via email to polina.klimenkova@usuhs.edu. Quotes will not be accepted by any other means. Late quotes will not be considered. Offerors will receive an email confirmation that their quote was received and whether it was on time or late within two (2) business days.
Quote packages should include a cover sheet that provides the following information:
• Company Name
• Point of Contact, to include email and phone number
• DUNS Number
• Statement that includes acknowledgement of latest amendment number (if applicable). Failure to acknowledge the most recent amendment number, may render an offeror's quote non-responsive.
• Confirmation that VISA (GPC) is accepted as a method of payment without a fee

Polina Klimenkova, Phone 301-295-0347, Fax 301-295-1716, Email polina.klimenkova@usuhs.edu

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP