SOURCES SOUGHT
J -- Preventive Maintenance Agreement for a Flow Cytometer - Sources Sought Notification
- Notice Date
- 9/17/2018
- 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 - Rockville, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001, United States
- ZIP Code
- 20857-0001
- Solicitation Number
- FDA_19-223-SOL-1206282
- Archive Date
- 10/10/2018
- Point of Contact
- Yolanda T. Rankin, Phone: 2142534954
- E-Mail Address
-
yolanda.rankin@fda.hhs.gov
(yolanda.rankin@fda.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought Notification for a Preventive Maintenance Agreement for a BD Biosciences LSRFortessa X-20 SORP Flow Cytometer THIS IS A SOURCES SOUGHT ANNOUNCEMENT, A MARKET SURVEY FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. NO TELEPHONE CALLS WILL BE ACCEPTED REQUESTING AN RFQ PACKAGE OR SOLICITATION. THERE IS NO RFQ PACKAGE OR SOLICITATION. IN ORDER TO PROTECT THE PROCUREMENT INTEGRITY OF ANY FUTURE PROCUREMENT, IF ANY, THAT MAY ARISE FROM THIS ANNOUNCEMENT, INFORMATION REGARDING THE TECHNICAL POINT OF CONTACT WILL NOT BE GIVEN AND NO APPOINTMENTS FOR PRESENTATIONS WILL BE MADE. The U.S. Food and Drug Administration (FDA), Office of Acquisitions and Grants Services (OAGS) has issued this sources sought announcement on behalf of the Center for Biologics Evaluation and Research (CBER)/Center for Drugs Evaluation and Research (CDER)/Office of Vaccines Research and Review (OVRR) in order to determine if there are existing small business sources capable of providing a Preventive Maintenance Agreement for a BD Biosciences LSRFortessa X-20 SORP Flow Cytometer (Serial Number: H656385001) with a 4 (1-year Maintenance Option periods). If your firm is considered a small business source under North American Industry Classification System (NAICS) Code 811219 - Other Electronic and Precision Equipment Repair and Maintenance; with a Small Business Size Standard of $20.5 Million, and believe that your firm would be able to provide the FDA with the services described below, please submit an email to Yolanda.peer@fda.hhs.gov. The vendor should include information about the company and demonstrate that it can meet all of the minimum performance requirements. Background: The Food and Drug Administration (FDA)/ Center for Biologics Evaluation and Research (CBER) currently owns the following equipment: BD Biosciences LSRFortessa X-20 SORP Flow Cytometer (Serial Number: H656385001; Ultra Violet, Violet, Yellow-Green, and Red lasers) and is in need of a Preventive Maintenance Agreement with 4 (1-year Maintenance Option periods). The BD LSRFortessa X-20 SORP flow cytometer is a shared resource for members of the CBER and CDER research and review centers. It is an integral component to the CBER Flow Cytometry Core flow cytometry service, operating as a core resource at the FDA White Oak campus. It is used by a broad range of FDA investigators to evaluate expression of various types of molecules on and within individual cells and as such has many applications in basic and applied research. Included are investigators from the OVRR and from the Office of Blood Research and Review (OBRR), as well as the CDER Division of Biotechnology Review and Research. The preventive maintenance agreement for the BD LSRFortessa X-20 SORP flow cytometer is needed to ensure that the machine is functioning optimally. The equipment is currently under contract until October 24, 2018. Minimum Performance Requirements: •The Contractor shall provide two (2) scheduled on-site planned preventive maintenance visits per year. •The Contractor shall provide unlimited On-Site Corrective Maintenance/Repairs within 3 business days of call for service where problems cannot be resolved remotely after 2 business days. •The Maintenance and Repair activities shall be performed following the Original Equipment Manufacturer (OEM) specifications, manuals, and service bulletins, using OEM-certified replacement parts, components, subassemblies, etc. •The Contractor shall include unlimited software and firmware updates during the coverage period(s) and provide a certificate of support to the delivery point of contact. •The Contractor shall provide a repair or exchange instrument at no charge, if the equipment cannot be repaired. •The Contractor shall include unlimited technical support Monday through Friday (excluding Federal Holidays) 8:00AM - 5:00PM Eastern Time. •All maintenance/repair pricing shall be inclusive of labor, travel, replacement parts, components, subassemblies, etc for the standard MRI console, amplifiers, helium compressor and RF coils. Period of Performance: Base + 4-year Option period Base: 10/25/2018 thru 10/24/2019 Option Year 1: 10/25/2019 thru 10/24/2020 Option Year 2: 10/25/2020 thru 10/24/2021 Option Year 3: 10/25/2021 thru 10/24/2022 Option Year 4: 10/25/2022 thru 10/24/2023 Place of Performance: Food and Drug Administration Center for Biologics Evaluation and Research 10903 New Hampshire Avenue Building 52/72, Room 1151 Silver Spring, MD 20993 Service Records and Reports The Contractor shall, commensurate with the completion of each service call (inclusive of warranty service), 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 Technical Representative and Contract Specialist, summarizing all maintenance and repair activities (including warranty work) each time service and/or repair is performed. Though the target audience is small business vendors or small businesses capable of supplying a U.S. service of a small business vendor or producer 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, SDB, WOSB, LB), point of contact name, mailing address (if different from business address), phone number and email address. Provide this same information again if responding to provide a service offered by another firm. •Past Performance information for the manufacturer and/or sale of same or substantially similar service or similar brand instruments to include date of sale, description, dollar value, client name, client address, client 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, marketing material, etc. detailing the nature of the service the responding firm is regularly engaged in manufacturing and/or selling. •The offeror shall furnish sufficient technical information necessary for the Government to conclusively determine that the offered services meet the technical requirements identified above. •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. If a large business, provide if subcontracting opportunities exist for small business concerns. The Government is not responsible for locating or securing any information, not identified in the response. 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 September 25, 2018 by 13:00 hours (Central Time in Dallas, Texas) at the Food and Drug Administration, Field Operations Branch, FDA|OO|OFBA|OAGS|DAP, Attn: Yolanda Rankin, 4040 N. Central Expressway, Room 948, Dallas, TX 75204 or email yolanda.rankin@fda.hhs.gov. Reference: FDA_19-223-SOL-1206282. 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). Additional Notes: If the stated requirements appear restrictive, please submit comments detailing the concern. Though this is not a request for quote, informational pricing for the service would be helpful.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA_19-223-SOL-1206282/listing.html)
- Place of Performance
- Address: Food and Drug Administration, Center for Biologics Evaluation and Research, 10903 New Hampshire Avenue, Building 52/72, Room 1151, Silver Spring, Maryland, 20993, United States
- Zip Code: 20993
- Zip Code: 20993
- Record
- SN05093396-W 20180919/180917231624-6c9528bb9e39e003affe20fb2cd08781 (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 |