SOURCES SOUGHT
J -- Service Agreement for a BioMark HD Reader/IFC Controller HX
- Notice Date
- 6/1/2015
- 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, 3900 NCTR Road, HFT-320, Bldg 50 | Rm 421, Jefferson, Arkansas, 72079, United States
- ZIP Code
- 72079
- Solicitation Number
- FDA1150759
- Archive Date
- 6/23/2015
- 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
- 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 an annual service agreement for a BioMark HD Reader, Serial Number 90088 and IFC Controller HX, Serial Number 10432, Fluidigm Corporation, manufacturer, to include a two post warranty option periods. This is a Sources Sought Notice to determine the availability and capability of small businesses who can service and maintain the scientific/laboratory equipment set forth herein. This notice is for planning purposes only, and does not constitute an Invitation for Bids, Request for Proposals or Request for Quotation, 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. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. The associated North American Industry Classification System (NAICS) Code is- 811219- Other Electronic and Precision Equipment Repair and Maintenance; Small Business Size Standard is $20.5 million. Statement of Work The mission of the Cell and Tissue Therapy Branch (CTT) at the Division of Cellular and Gene Therapies (DCGT), Office of Cellular, Tissue and Gene Therapies (OCTGT), CBER at the FDA involves developing technology to help enhance the safety and effectiveness of cellular products to improve public health. The CTT branch requires a service agreement for a Biomark HD and IFC Controller HX. The equipment has been used heavily for several years to study gene expression profiles in single cells to characterize mesenchymal stem cells from multiple donors. The service agreement will maintain the system in a fully functional state allowing CTT work to continue without interruption. Service agreement for a Fluidigm BioMark HD Reader, Serial Number 90088 and IFC Controller HX, Serial Number 10432, as set forth in the following minimum requirements for a one-year base period and two post warranty option periods. Minimum Service Agreement Requirements: • Shall include not less than one (1) planned preventative maintenance visit per contract year. • Shall include unlimited corrective/remedial maintenance visits within 3 business days of initial call for service if problem(s) can't be resolved remotely. • If response time is based on tiers, provide the • Shall include unlimited technical support, Monday - Friday (excluding Federal Holidays) between the hours of 8:30 AM - 5:00 PM (Eastern Time) within 24 business hours of contact for assistance (e.g., telephone-based, email-based, website-based, etc.). • Shall provide direct telephone and email access to service engineers and technicians. • Shall include unlimited software and firmware updates. • All maintenance and repair activities shall be performed by formally trained and certified technicians/engineers, following Original Equipment Manufacturer (OEM) specifications, manuals, and service bulletins, using new OEM replacement parts, components, subassemblies, etc. • Service coverage shall include trouble-shooting capabilities based on a high level of expertise and complete knowledge of the instrument. • All maintenance pricing shall be inclusive of labor, travel, replacement parts, lasers, components, subassemblies, etc. • Contractor shall provide loaner equipment for IFC Controller HX during repair services. 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 the 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 Center for Biologics Evaluation and Research White Oak Campus 10903 New Hampshire Avenue Bldg. 52/72, Room 3228 Silver Spring, MD 20993 Period of Performance Base period: 8/12/2015 - 8/11/2016 Option Period 1: 8/12/2016 - 8/11/2017 Option Period 2: 8/12/2017 - 8/11/2018 Respondents shall furnish sufficient information necessary for the Government to conclusively determine capability to provide these services for this specific equipment. Respondents shall unequivocally demonstrate capability and experience in the performance of maintenance and service agreement for Fluidigm equipment to include a current well established service and supply chain with this OEM such that the latest in technical bulletins, parts, components, etc. can be assured. Though the target audience is small businesses capable of servicing the equipment, all interested parties may respond. At a minimum, responses shall include the following: Business name, DUNS number, business address, business website, business size status (i.e., SB, VOSB, SDVOSB, HUBZone SB, SDB, WOSB, EDWOSB, LB), point of contact name, mailing address (if different from business address), phone number and email address. If applicable, identification of the firm's GSA Schedule contract(s) by Schedule number and SINs that are applicable to this potential requirement. Three (3) years of past performance information for the same or similar services to include date of services, description, dollar value, client name, client address, client point of contact name, and client point of contact email address. Descriptive literature, brochures, specifications, marketing material, etc. detailing the nature of the services the responding firm is regularly engaged in providing. The government is not responsible for locating or securing any information, not identified in the response. Interested parties shall respond with capability statements which are due in person, by postal mail or email to the point of contact listed below on or before June 8, 2015 by 12:00 PM (Central Time in Jefferson, Arkansas) at the FDA/OO/OFBA/OAGS/DAP, Field Operations Branch, Attn: Regina Williams, 3900 NCTR Road, Bldg. 50- Rm 419, HFT-320, Jefferson, AR 72079-9502 or email regina.williams@fda.hhs.gov. Reference FDA1150759. 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/FDA1150759/listing.html)
- Record
- SN03748892-W 20150603/150601235302-addf6bd8efc4776e839133195891ed56 (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 |