Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 28, 2006 FBO #1797
SOURCES SOUGHT

J -- On-Site Preventive Maintenance, Inspection & Emergency Repair of Government-Owned Applied Biosystems Instruments

Notice Date
10/26/2006
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Office of Administration, 6011 Executive Blvd, Rm 538, Rockville, MD, 20892-7663, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-263-2006-(BC)-1026
 
Response Due
11/15/2006
 
Description
The National Institutes of Health (NIH) is conducting a market survey to determine the availability and potential technical capability of businesses to provide On-Site Preventive Maintenance, Inspection and Emergency Repair of Government-Owned Applied Biosystems Instruments. Address for submitting Capability Statements is provided below. NAICS Code: 811219 and the business size is $6.5 Million This product is commercially available. The contractor shall provide on-site preventive maintenance, inspection and emergency repair of government-owned Applied Biosystems (AB) instruments in accordance with the salient characteristics listed below. 1. The contractor shall perform preventive maintenance in sufficient detail and frequency to ensure the capability and availability of the AB instruments. 2. The contractor shall perform preventive maintenance calls which shall consist of, but shall not be limited to, inspection, examination of all functioning parts, through cleaning, proper lubrication, replacement or repair of worn or unserviceable parts, adjustment and calibration made with the expressed intent of maintaining the instrument(s) to the manufacturer?s original specifications. 3. The contractor shall respond to emergency repair calls from NIH users. The contractor?s response shall include but shall not be limited to the inspection and restoration of each instrument to its original specified operating parameters in 24 consecutive hours, not to exceed 48 hours, excluding weekends and Federal holidays, after an emergency call has been placed. 4. The contractor shall remotely and proactively track critical system parameters over the internet and identify potential instrument problems before they affect NIH laboratories? efficiency. 5. All labor and travel fees shall be included for instrument repair and planned maintenance. 6. The contractor shall provide immediate telephone and e-mail access to trained engineer instrument technical support. 7. The contractor shall provide priority telephone and e-mail access to instrument application technical support. 8. The contractor shall provide relocation services for all instruments covered by the contract. 9. The contractor shall provide engineers that have the expertise to meet the support requirements of all designated current and future Applied Biosystems products and technologies that NIH may acquire. It is the Government?s belief that the above requirements can only be met by Applied Biosystems, Foster City, CA. THERE IS NO SOLICITATION AT THIS TIME, this request for information does not constitute a request for proposal and submission of any information based on this synopsis is purely voluntary. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, web site address, and telephone number. 2) Size and type of ownership for the organization, [i.e., small business, small disadvantaged business, 8(a) firm, etc.]. 3) Tailored Capability Statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. Business concerns that respond to this notice must furnish concise responses directed specifically to the requirements mentioned above. Business concerns demonstrating the capability to accomplish the requirements shall supply pertinent information in sufficient detail to demonstrate their ability to perform. Information furnished shall include enough material to perform a proper evaluation of each item listed above. The Government will evaluate the capability packages using the following criteria: 1) Experience as a prime contractor providing services consistent in scope and scale with those described above. 2) Experience in securing and applying the full range of corporate financial and technical resources required to successfully perform similar requirements. 3) Experience in providing services under a performance-based service acquisition contract including a brief description of work. 4)A list of the last three (3) contracts completed during the past three (3) years or currently in process that are similar in nature to the above outline. Include the following information for each contract and subcontract: (1) Name of Contracting Organization (2) Contract number [for subcontracts provide the prime and subcontract number] (3) Contract type (4) Total Contract Value (5) Description of Requirement (6) Contracting Officer?s Name and Telephone Number (7) Program Manager?s Name and Telephone Number and (8) NAICS Code(s) Although no geographic restriction is anticipated, if responding firms are located outside the Washington Metropolitan area, indicate how the firm would coordinate with the agency program office(s) to provide support. This will be a Performance-Based Service Contract. A firm fixed-price, indefinite delivery, requirements type contract is contemplated. The contract shall be for one 12-month base year with four 12-month options. Capability Statements must be received by 1:00 P.M. (Local Time) on November 15, 2006. Please send/deliver capability statements to the following address: National Institutes of Health, Office of Acquisitions - OLAO, 6011 Executive Blvd., Room 529-Q, Attention: Sheri Custer, Bethesda, Maryland 20892-7663. NOTE: When hand delivering or using FedEx, UPS and other courier services you MUST use the following City, State, and Zip Code: Rockville, MD 20852
 
Place of Performance
Address: Bethesda, MD
Zip Code: 20892
Country: UNITED STATES
 
Record
SN01171156-W 20061028/061026220340 (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.