Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 07, 2012 FBO #3878
SOURCES SOUGHT

49 -- Service Agreement for the Avance II 700 NMR (AV TwinBay 5 Channel 700)

Notice Date
7/5/2012
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
FDA1103494
 
Archive Date
7/25/2012
 
Point of Contact
Ricardo H. Grijalva, Phone: 3018276762
 
E-Mail Address
ricardo.grijalva@fda.hhs.gov
(ricardo.grijalva@fda.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Service Agreement for the Avance II 700 NMR (AV TwinBay 5 Channel 700) Solicitation Number: FDA1103494 Agency: Department of Health and Human Services Office: Food and Drug Administration Location: Office of Acquisitions and Grants Services Solicitation Number: Notice Type: FDA1103494 Sources Sought Synopsis: MARKET RESEARCH PURPOSES ONLY NOT A REQUEST FOR PROPOSAL OR SOLICITATION The U.S. Food and Drug Administration (FDA), is conducting market research to support the Center for Food Safety & Applied Nutrition (CFSAN) requirement for a service agreement for their Avance II 700 NMR (AV TwinBay 5 Channel 700). The FDA is seeking small businesses, service-disabled veteran-owned small businesses, HUBZone small businesses, 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 small businesses capable of performing maintenance and service meeting the below performance requirements. • Full console service by a qualified service engineer trained on NMR magnets • Probes accessories service which includes: 1) BCU05LT cooling unit; 2) PA TXI 700S4 H- C/N-D-01.7Z BTO; 3) PH QXI 700SB H/P- C/N-D-05 XYZ; and, 4) PH TXI 700S4 H- C/N-D-05 XYZ. • Labor and travel costs for one preventive maintenance per year and for general maintenance of Avance II 700 NMR to be included in the contract. The contractor shall meet the following performance requirements: 1. The maintenance engineer will ensures that crucial components are functioning properly and reliably throughout the year. 2. The planned preventative maintenance service engineer must be a qualified service engineer trained on the Avance II 700 NMR. The offeror may provide information on multiple types of service agreements plans available and pricing of each. Place of Performance: Work shall be formed on-site at the location of the instrument: Laboratory of Bacterial Polysaccharides, located at NIH campus, 8800 Rockville Pike, building 29 room 115, Bethesda, MD 20892. The offeror shall furnish sufficient technical information necessary for the Government to conclusively determine that the offered instrument and components meet the technical requirements identified above. Firms believing they can meet the requirements to the above specifications are encouraged to respond electronically with no less than the following information: • Business name, DUNS number, business address, business website, business size status (i.e., SB, VOSB, SDVOSB, HUBZone SB, SDB, WOSB, LB), point of contact name, mailing address (if different from business address), phone number and email address; • Sufficient descriptive literature that unequivocally demonstrates that offered products and services meet or exceed above specifications. • At a minimum provide the following: All descriptive material necessary for the government to determine whether the service/product offered meets the technical requirements including: technical specifications, descriptive material, literature, brochures and other information, which demonstrates the capabilities of the contractor to meet the requirement. Indicate whether the organization is the manufacturer of the items or authorized maintenance provider. • The offeror includes documentation of technical competency on the operation and repair of the Avance II 700 NMR system and components. Such documentation should include certification from the original equipment manufacturer within the past calendar year. • Provide a list of prior experience servicing the Avance II 700 NMR system with accessory components as detailed above and contact information on at least two references that can be contacted that the contractor has provided similar services within the last two years. Name, telephone number, email address, contract number and description of services with dollar amount. • If applicable, identification of the firm's GSA Schedule contract(s) by Schedule number and SINs that are applicable to this potential requirement are also requested. • Though this is not a request for quote, informational pricing must be submitted. Provide price for 1 year base period with four 1-year options. The associated North American Industry Classification System (NAICS) Code is- 811219- Other Electronic and Precision Equipment Repair and Maintenance; Small Business Size Standard is $19 million. 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 July 10, 2012 by 13:00 hours (Eastern Time in Rockville, Maryland) at the Food and Drug Administration, OC/OA/OAGS, Attn: Ricardo Grijalva, 5630 Fishers Lane, Room, 2119 Rockville, Maryland 20857 or e-mail Ricardo.grijalva@fda.hhs.gov. Reference FDA 1103494. Notice of Intent: Responses to this sources sought announcement will assist the Government in determining whether or not any future requirement similar to this one should be set aside for small business, made available to full and open competition or procure through sole-source acquisition procedures. 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 FedBizOpps. 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). Contracting Office Address: Office of Acquisition & Grants Services Food & Drug Administration 5630 Fishers Lane, Room, 2119 Rockville, MD 20857 United States Place of Performance: Food & Drug Administration Center for Food Safety & Applied Nutrition (CFSAN) Laboratory of Bacterial Polysaccharides, National Institute of Health campus 8800 Rockville Pike Building 29, Room 115 Bethesda, Maryland 20892. United States Primary Point of Contact: Ricardo H. Grijalva Senior Advisor Ricardo.grijalva@fda.hhs.gov Phone: 301-827-6762
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA1103494/listing.html)
 
Place of Performance
Address: Food & Drug Administration, Center for Food Safety & Applied Nutrition (CFSAN), Laboratory of Bacterial Polysaccharides, National Institute of Health campus, 8800 Rockville Pike, Building 29, Room 115, Bethesda, Maryland 20892., United States, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02795231-W 20120707/120705235634-df383354c093b56ff3693958fb427878 (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.