SOURCES SOUGHT
J -- Annual Maintenance on One (1)Thermo Fisher iCAP 6500 Duo View ICP-OES Spectrometer
- Notice Date
- 6/24/2015
- 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
- 1151550
- Archive Date
- 7/21/2015
- Point of Contact
- Crystal G. McCoskey, Phone: 8705437267
- E-Mail Address
-
crystal.mccoskey@fda.hhs.gov
(crystal.mccoskey@fda.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- MARKET RESEARCH PURPOSES ONLY NOT A REQUEST FOR PROPOSAL OR SOLICITATION This is a sources sought to determine the availability and capability of small businesses to provide technically certified equipment maintenance. The associated North American Industry Classification System (NAICS) Code is‐ 811219-Laboratory Instrument Repair and Maintenance Services; Small Business Size Standard is $20.5 million. REQUIREMENTS: Part I: General Information (Introduction/Background/Scope) The U.S. Food and Drug Administration (FDA), ORA, San Francisco Lab requires annual maintenance on one (1)Thermo Fisher iCAP 6500 Duo View ICP-OES Spectrometer, Serial No. 20103818, including Thermo supplied ICP data station and water re-circulator, and one (1) Cetac ASX-520 autosampler. This service is critical to keep the system operational at optimal performance for regulatory toxic elements work in the lab. The service contract is needed for maintenance, repair, and computer software upgrade of instrumentation used for regulatory work. The last maintenance agreement for the equipment expired in January 2015. Part II: Work Requirements A. Service Requirements At a minimum the Contractor shall: • Perform not less than one (1) annual on-site Preventative Maintenance (PM) visit to include all labor, parts and travel, etc. • Provide unlimited on-site corrective/remedial maintenance/repair visits to restore the system to working order, inclusive of all labor, travel, factory-certified replacement part, etc. within three (3) business days after request of 100% of service calls. • Provide unlimited priority technical/troubleshooting support with a 2-hour or less response time for 100% of calls. • Perform all maintenance and repair activities with formally trained and certified technicians/engineers by the instrument manufacture, following Original Equipment Manufacturer (OEM) specifications, manuals, and service bulletins, using OEM-certified new replacement parts, components, subassemblies, etc. • Include coverage for unlimited software and firmware updates/maintenance with any necessary revision training and support. • The Contractor shall, commensurate with the completion of each service call, provide the end-user of the equipment 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. In addition, the Contractor shall provide a written report to the FDA COR and Contract Specialist, summarizing all maintenance and repair activities each time service and/or repair is performed. Part III: Supporting Information A. Place of Performance Shall be maintained at: U.S. Food and Drug Administration San Francisco Lab 1431 Harbor Bay Pkwy, Room 112 Alameda, CA 94502 B. Period of Performance 08/01/2015 - 07/31/2016 - Base 08/01/2016 - 07/31/2017 - Option Period 1 08/01/2017 - 07/31/2018 - Option Period 2 08/01/2018 - 07/31/2019 - Option Period 3 08/01/2019 - 07/31/2020 - Option Period 4 INSTRUCTIONS TO PROSPECTIVE RESPONDENTS: Responses to this sources sought shall unequivocally demonstrate that respondent has formally certified/trained technicians to perform the services. 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 and bio, DUNS number, business address, business website, business size status (i.e., SB, VOSB, SDVOSB, HUBZone SB, 8(a), SDB, WOSB, EDWOSB, LB), point of contact name, mailing address (if different from business address), phone number and email address; • Three (3) years of past performance information for the service of same or substantially similar items, to include date of services, description (should also include technical literature and specifications), dollar value, client name, client address, client point of contact name, client point of contact mailing address (if different from that provided for client), client point of contact phone number, client point of contact email address, and name of the manufacturer (to include DUNS number and size status) if not the respondent; • Descriptive literature, brochures, specifications, marketing material, etc. detailing the nature of the services the responding firm is regularly engaged in providing; • If applicable, identification of the firm's GSA Schedule contract(s) by Schedule number and SINs that are applicable to this requirement; • If a large business, identify the subcontracting opportunities that would exist for small business concerns; • Although this is not a request for quote, informational pricing is encouraged; • The Government encourages any comments and/or suggestions from any interested party, regarding the specifications. While the Government will not respond directly to your comments and/or suggestions; we will consider them as we finalize the specifications in preparation for the forthcoming solicitation. The Government is not responsible for locating or securing any information, not identified in the response. Interested Parties 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 6, 2015 by 1:00 PM (Central Time in Jefferson, Arkansas) at the Food and Drug Administration, OC/OA/OAGS, Attn: Crystal G. McCoskey, 3900 NCTR Road, Bldg 50/Room 426, HFT‐320, Jefferson, AR 72079‐9502 or email crystal.mccoskey@fda.hhs.gov. Reference #1151550 in all correspondence with the point of contact listed above. Notice of Intent Responses to this sources sought announcement will assist the Government in determining whether this requirement should be set aside for small business, made available to full and open competition or procured through other than full and open 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 combined synopsis/solicitation (No. 1151550) may be published via 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/1151550/listing.html)
- Place of Performance
- Address: U.S. Food and Drug Administration, San Francisco Lab, 1431 Harbor Bay Pkwy, Room 112, Alameda, California, 94502, United States
- Zip Code: 94502
- Zip Code: 94502
- Record
- SN03774647-W 20150626/150624235029-b877697e0a507f30a50c8e013e5ee722 (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 |