Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 18, 2012 FBO #4012
SOURCES SOUGHT

J -- Maintenance and Technology Support Services - HSBP00001 - RFI Brief Summary Varian PWS

Notice Date
11/16/2012
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Procurement Directorate - DC, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, District of Columbia, 20229, United States
 
ZIP Code
20229
 
Solicitation Number
HSBP00001
 
Point of Contact
Monica Y. Watts-Cooke, Phone: 202-344-2938
 
E-Mail Address
monica.watts@dhs.gov
(monica.watts@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
RFI Brief Summary Varian PWS Request for Information (RFI) Release Date: November 16, 2012 Response Date: November 30, 2012 1. Title: Maintenance and Technology Support Services for Post-Warranty Varian Medical Systems Non-Intrusive Inspection (NII) X-ray Equipment listed in this RFI. 2. Purpose: Department of Homeland Security (DHS), Customs and Border Protection, Office of Information Technology (OIT), Enforcement Technology Program (ETP) hereby issues the following Request for Information (RFI). This RFI is to seek contractors who can perform system administration, corrective and preventive maintenance services which meet the original equipment manufacture (OEM) maintenance requirements on the Varian equipment specified below: TYPE EQUIPMENT MODEL LG NII X-Ray INTELLX LG NII X-Ray INTELLX 2 3. Objective: To find a qualified list of contractors who can perform corrective and preventive maintenance on the specific identified equipment to meet original equipment manufacture (OEM) maintenance requirements standards and provide system administration. The contractor must have the ability to access, develop, maintain, and update as necessary, Standard Operating Procedures, Process Documents, Equipment service manuals, and other documentation necessary to comply with government requirements. 4. Responses Requested: ETP would like the following questions answered in this RFI: a. Name of Potential Contractor who is able to perform this work. Contractors shall also provide their point(s) of contact name, address, telephone number, and email address; and the company's business size, b. Would your Company consider bidding on this work? c. On a scale of 1 to 10, with 10 being the highest interest, please rate how interested you are on bidding this contract. d. Is your company a small business, SDBs, HUBZone, or 8A concern? Please provide proof of qualifications. e. Provide a list of active and inactive sales for commercial, federal, state, and local governments. f. Is your company available under any Government Wide Agency Contract (GWAC), Indefinite Delivery Indefinite Quantity (IDIQ), and/or Blanket Purchase Agreement (BPA)? If so, please list the contract number and a brief summary of the products and services provided. g. Provide a short summary (two pages or less) of your potential approach to this type of contract and meeting the specific maintenance requirements for the identified equipment and your experience managing similar contracts with similar equipment. The summary shall also address the following: i. Provide an explanation of how your company will access the latest software and equipment updates and modifications for this specialized equipment. ii. Does your company have access to the source code and programming rights on the listed systems? If not, provide an explanation on how your company would get the work performed. 5. Opportunity: ETP is seeking information from potential contractors on their ability to provide this service. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. Small Business Concerns are encouraged to provide responses to this RFI in order to assist the DHS in determining potential levels of competition available in the industry. ETP envisions the Contractor's ability to perform the following as key task a. Maintain high Operational Availability (Ao) of 95% for listed equipment b. Provide Preventive Maintenance (PM) on listed equipment. c. Perform or ensure performance of Corrective Maintenance on listed equipment. d. Perform Corrective Maintenance (CM) with low customer wait times (24- 72 hours) on listed equipment. e. Perform other requested services to include engineering, site surveys, parts provisioning, retrofits, relocations, corrosion control, source change outs, disposal, maintenance training, special event support, and emergency services. 6. Instructions and Response Guidelines: RFI responses are due by 3:00 pm on Thursday, November 15th; size is limited to 8.5 x 11 inches, 12-point font, with 1-inch margins in Microsoft Word format via email to monica.watts@dhs.gov. The subject line shall read: Support Services for Post-Warranty Varian Non-Intrusive Inspection (NII) X-ray Equipment: NO SOLICITATION EXISTS AT THIS TIME. There is no page limitation on subparagraphs 4(a) - 4(f). Subparagraph 4(g) shall be limited to two pages. Please provide the information you deem relevant in order to respond to the specific inquiries of the RFI. Information provided will be used solely by ETP as market research and will not be released outside of the ETP Contract Team. This RFI does not constitute a Request for Proposal (RFP), Invitation for Bid (IFB), or Request for Quotation (RFQ), and it is not to be construed as a commitment by the Government to enter into a contract, nor will the Government pay for the information submitted in response to this request. All information contained in this RFI is preliminary as well as subject to modification and is in no way binding on the Government. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. If a solicitation is released, it is will be synopsized in the Federal Business Opportunities (FedBizOpps) website and the DHS procurement web page. It is the responsibility of the interested parties to monitor these sites for additional information pertaining to this RFI, or future RFP. 7. Contact Information: Contracting Officer, Monica Watts Email address: Monica.Watts@dhs.gov Your responses to this notice are appreciated.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/HSBP00001/listing.html)
 
Place of Performance
Address: USA AND CONUS, Washington, District of Columbia, 20229, United States
Zip Code: 20229
 
Record
SN02932860-W 20121118/121116234958-704c9c1076167614c02d74945c9af02c (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.