Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 26, 2010 FBO #3105
SOURCES SOUGHT

74 -- COPIER MAINTENANCE

Notice Date
5/24/2010
 
Notice Type
Sources Sought
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, DO-ATL HFR-SE1, Crawford & Annex I-60, Atlanta, Georgia, 30309, United States
 
ZIP Code
30309
 
Solicitation Number
FDA1072220
 
Archive Date
6/16/2010
 
Point of Contact
Regina R. Williams, Phone: (870) 543-7012
 
E-Mail Address
regina.williams@fda.hhs.gov
(regina.williams@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE to determine the availability and capability of potential small businesses (including HUBZone firms; certified 8(a), Small Disadvantaged, veteran and service-disabled veteran-owned small businesses, and women-owned small businesses. This notice is for planning purposes only, and does not constitute an Invitation for Bids, a Request for Proposals, Solicitation, Request for Quotes, or an indication the Government will contract for the items contained herein. This notice is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this notice. The Government does not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this sources sought. Any responses received will not be used as a proposal. The applicable North American Industry Classification System (NAICS) code is 811212 Computer and Office Machine Repair and Maintenance and the size standard is $25 mil. The U.S. Food and Drug Administration (FDA) have a requirement for full maintenance service for eight Xerox copiers: Vendor shall furnish parts, labor and consumables (except paper and staples). Xerox Copiers: Model #WCP35, Serial #MYP010606 - 4,000 b/w copies per month. Model #DC535SH, Serial #FWK000822 – 4,000 b/w copies per month Model #DCCS50, Serial #FU2003563 – All b/w copies per month Model #DCCS50, Serial #FU2003199 – All b/w copies per month Model #DC535SH, Serial #FWK005058 - 4,000 b/w copies per month Model #DC432SLS, Serial #NG3112884 - 4,000 b/w copies per month Model #EXP380225, Serial #VDR002489 -250 color copies per month Model #WCP265HG, Serial #UTU100791- All b/w copies per month The servicing vendor must be an authorized Xerox service provider and be able to provide maintenance on the 8 copiers. The Contractor must provide Xerox trained service technicians to provide first line support on all copiers. The Government may contact the contractor when necessary for additional support as part of the maintenance service with no additional charges being assessed. Period of performance: The period of performance shall consist of a Base Year and Four 1 Year Options. Interested small business potential offerors are encouraged to respond to this notice. However, be advised that generic capability statements are not sufficient for effective evaluation of respondents capacity and capability to provide the required specified equipment. Interested offerors should submit their capability statement not exceeding fifteen (10) pages in length, excluding standard brochures. Potential contractors must indicate business size, proof of any set-aside certification and company’s DUNS number and provide a contact name, the mailing address, phone number, email address of point of contact, and reference FDA1072220. Identification of the firm's GSA Schedule contract(s) by Schedule number and contract number and SINs that are applicable to this potential requirement are also requested. Please provide the following information to determine if the company can meet the requirement: All descriptive material necessary for the government to determine whether the product offered meets the technical requirements including: technical specifications, descriptive material, literature, brochures and other information corresponding to each item, which demonstrates the capabilities of the contractor’s services. Respondents will not be notified of the results of this evaluation. Interested Contractors must respond with capability statements which are due in person, by mail, fax or email on or before June 1, 2010 12:00 p.m. (Central Time in Jefferson, Arkansas) to the Food and Drug Administration, National Center for Toxicological Research, Office of Acquisitions and Grants Services, Attn: Regina Williams, 3900 NCTR Road, HFT-320, Jefferson, AR 72079-9502.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/FDA1072220/listing.html)
 
Place of Performance
Address: National Center for Toxicological Research, 3900 NCTr road, Jefferson, Arkansas, 72079, United States
Zip Code: 72079
 
Record
SN02158688-W 20100526/100524234951-fb7bab952e902a368b8951ebbf5f0fb9 (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.