SOURCES SOUGHT
J -- Service/Maintenance Agreement on a Perkin Elmer Victor V Plate Reader
- Notice Date
- 7/25/2012
- 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, Bldg 50 Room 422, Jefferson, Arkansas, 72079, United States
- ZIP Code
- 72079
- Solicitation Number
- FDA1108332
- Archive Date
- 8/14/2012
- Point of Contact
- Nicholas E Sartain, Phone: 870-543-7370
- E-Mail Address
-
nick.sartain@fda.hhs.gov
(nick.sartain@fda.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- 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 Biologics Evaluation and Research (CBER) requirement for a service agreement on a Perkin Elmer Victor V plate reader. The FDA is seeking business sources, including total small businesses, service-disabled veteran-owned small businesses, HUBZone small businesses, 8(a) certified companies and other than small businesses. 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 manufacturing businesses capable of meeting the performance requirements. The U.S. Food and Drug Administration (FDA), Center for Biologics Evaluation and Research (CBER) requires a service agreement on a PerkinElmer Victor V plate reader. Services are required for a base year and two 1-year options. The plate reader was purchased in 2010 and currently under an expired contract (ended May 30, 2012). Plate Reader system service performance specifications The service agreement will include the following components: • PerkinElmer Victor V plate reader, model VICTOR21420012, serial number 4202761. The contractor shall meet the following performance requirements: • Shall include a minimum of one (1) planned preventative maintenance visits per year. • Unlimited on-site service/repair visits; • OEM-Certified maintenance and repair technicians shall perform all preventative maintenance, service and repairs; • Preventative maintenance, service and repairs shall include all labor, travel, and new OEM factory-certified replacement parts, components, subassemblies, etc. (except consumables); • Unlimited phone and email support from 8am to 5pm local time Monday through Friday; • On-site support should be supplied within three business days during local business hours. • Absolute adherence to and conformity with Original Equipment Manufacturer (OEM) specifications, manuals, bulletins, etc. in performing all preventative maintenance, services, and repairs • System software, firmware and hardware updates that are needed for reliability improvements and correction of any defects. • Deliverables: Service Records and Reports The Contractor shall, commensurate with the completion of each service call or preventative maintenance visit, provide the end-user of the equipment and Contracting Officer with a copy of a field service report/ticket identifying the equipment name, manufacturer, model number, and serial number of the equipment being serviced/repaired and detailing the reason for the service call, a detailed description of the work performed, the test instruments or other equipment used to affect the repair or otherwise perform the service, the name(s) and contact information of the technician who performed the repair/service, and for information purposes, the on-site hours expended and parts/components replaced. Place of Performance Work shall be formed on-site at the location of the instrument: Nicholson Lane Research Center 1401 Rockville Pike Building B Room 270 Rockville, MD 20892 Security Contractor representative shall enter the Nicholson Lane, Building B guards' desk. Vendor shall call end-user (identified at time of award) for an escort to the equipment site. Period of Performance Performance period shall start upon contract award. Estimated award date is September 1, 2012 and below represents an estimated schedule. Base year: September 1, 2012 through August 31, 2013. Option year 1: September 1, 2013 through August 31, 2014. Option year 2: September 1, 2014 through August 31, 2015. Payment terms net 30 days after government acceptance. The offeror shall furnish sufficient technical information necessary for the Government to conclusively determine that the offeror is capable of providing the required products 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 meet the specifications. • At a minimum provide the following: 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, which demonstrates the capabilities of the contractor to meet the requirement. Indicate whether the organization is the manufacturer of the items or authorized reseller. If reseller, include the manufacturer's name, address and DUNS number. • The offeror includes documentation of technical competency on the operation and repair of the Victor plate reader 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 a Victor plate reader 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. • Provide comments on draft performance requirements and if any of these specifications are too restrictive or vague. No response will be considered that the listed specifications are adequate in a competitive acquisition. • If a large business, provide if subcontracting opportunities exist for small business concerns. • Suggestions on applicable NAICS code for this requirement. • Though this is not a request for quote, informational pricing must be submitted. The government is not responsible for locating or securing any information, not identified in the response. The associated North American Industry Classification System (NAICS) Code is- 334516- Analytical Laboratory Instrument Manufacturing; Small Business Size Standard is 500 employees. 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 30, 2012 by 10:00 A.M. (Central Time in Jefferson, Arkansas) at the Food and Drug Administration, OC/OA/OAGS, Attn: Nick Sartain, 3900 NCTR Road, HFT-320, Jefferson, AR 72079-9502 or email nick.sartain@fda.hhs.gov. Reference FDA1108332. 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. The FDA is also conducting this market research to determine if these products are available domestically at a fair and reasonable cost to the Government. 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).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/FDA1108332/listing.html)
- Place of Performance
- Address: 1401 Rockville Pike, Rockville, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN02814764-W 20120727/120725235739-900697b33d3edfd7767021b38f2760e7 (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 |