SOLICITATION NOTICE
66 -- Preventative Maintenance Agreement
- Notice Date
- 11/17/2010
- Notice Type
- Cancellation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, DO-ATL-Crawford, Rm 116 HFR-SE1, Atlanta, Georgia, 30309, United States
- ZIP Code
- 30309
- Solicitation Number
- 1082013
- Archive Date
- 12/9/2010
- Point of Contact
- Thomas M Dumas, Phone: 404-253-1253
- E-Mail Address
-
thomas.dumas@fda.hhs.gov
(thomas.dumas@fda.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A REQUEST FOR INFORMATION PURPOSES ONLY, NOT A REQUEST FOR QUOTE OR SOLICITATION. The Food and Drug Administration, is seeking business sources, including total small businesses, service-disabled veteran-owned small businesses, HUBZone small businesses, and 8(a) certified companies. The following information is provided to assist the FDA in conducting Market Research to identify potential contractors for this effort: The government is seeking capability statements from companies that are capable of performing maintenance and service for a Beckman Coulter CEQ 8000 DNA sequencer. The vendor shall be capable of providing pricing for one (1) base year and two (2) option years maintenance agreement. The Service Agreement should provide the following services: • COMPRESHENSIVE COVERAGE that provide full service support for the instrument. • UNLIMITED EMERGENCY SERVICE with no additional charges for on-site labor, travel time, or travel expenses during vendor normal business hours. • SCHEDULED PREVENTIVE MAINTENACE CALLS to include cleaning, inspecting, adjustments, and calibration to published factory specifications. • REPLACEMENT PARTS to be included in the service agreement. • ENGINEERING MODIFICATIONS to be installed without charge during the preventative maintenance visit. For any new hardware design, the vendor shall automatically update the instrument. • Service repairs should be done by factory trained and certified service engineers The associated North American Industry Classification System (NAICS) Code is-334516- Analytical Laboratory Instrument Manufacturing; Size Standard is 500 employees. 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 and email address of point of contact. Capability statements must provide enough information to determine if the company can meet the requirement. Potential contractors are to provide a statement of coverage of the plan being offered. At a minimum provide the following: Reference similar work that has been performed by the contractor in the last three (3) years, a description of the work performed and contact information for references knowledgeable about the quality of the work completed for the same equipment in this announcement. Capability statement must provide qualifications for key personnel and that the company can provide all needed supplies and upgrades for the equipment. Provide estimated budgetary pricing with the proposal. The vendor must have current access to up to date and on-going factory training for both hardware and software components and current access to all OEM current inventory factory parts, not build-to-order parts. The factory trained service engineer must not use salvaged parts from other instruments for performing maintenance and repairs. All parts used in PM or repairs must be guaranteed, factory-tested, OEM Quality Parts. Interested Contractors must respond with capability statements which are due in person, by postal mail or email to the point of contact listed below on or before November 24, 2010 by 13:00 hours EST at the Food and Drug Administration, Attn: Thomas Dumas, 60 8th ST., NE, Atlanta, GA 30309. Reference solicitation number 1082013. For information regarding this request for information, please contact Thomas Dumas at (404) 253-1253, FAX (404) 253-2256 or email thomas.dumas@fda.hhs.gov Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization’s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).”
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/1082013/listing.html)
- Place of Performance
- Address: Food and Drug Administration, 1 Iberville Drive, Dauphin Island, Alabama, 36528, United States
- Zip Code: 36528
- Zip Code: 36528
- Record
- SN02328640-W 20101119/101117233933-bbd7ea2e5d21ca17158eb01726663d06 (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 |