Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 26, 2009 FBO #2954
SPECIAL NOTICE

J -- Maintenance and repair

Notice Date
12/24/2009
 
Notice Type
Special Notice
 
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, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
1068250
 
Archive Date
1/15/2010
 
Point of Contact
William T. Lee, Phone: 3014435863, Doreen Williams,
 
E-Mail Address
william.lee@fda.hhs.gov, doreen.williams@fda.hhs.gov
(william.lee@fda.hhs.gov, doreen.williams@fda.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Document Type: Request for Information Release Date:December 24, 2009 Response Date: December 31, 2009 at 4:30pm, EST via e-mail to Contract Specialist: William Lee at William.Lee@FDA.HHS.GOV Contracting Office Address: Food and Drug Administration 5630 Fisher Lane Rockville, Maryland 20857 Description: Maintenance and Repair Services This is a Request for Information to determine the availability and capability of small business (including certified 8(a), Small Disadvantage businesses, HUB Zone businesses; veteran-owned small businesses, and women-owned small businesses. This notice is being posted for fact finding and planning purposes only and shall not be construed as an Invitation for Bid, a Request for Proposal, Solicitation, Request for Quotes, or an indication the Government will contract for the items or services 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. The Government does not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this source sought. Any response received will not be used as a proposal. The FDA anticipates using a Firm Fixed Price Purchase Order. The NAICS code is 811219. The Food and Drug Administration (FDA), Office of Acquisitions and Grants Services (OAGS), Division of Acquisition Operations (DAO) is seeking to identify sources with capabilities and prior experience to provide the following Services: Brand Name or Equal (Thermo Electron North America, LLC.) LTQ XL MS Systems (S/N: LTQ20573, LTQ20574, LTQ20572, LTQ20562) WORK DESCRIPTION Each maintenance/service contract includes an unlimited number of demand on-site service visits with a maximum of 72-hour response time. The short response time is of critical value to the field labs to prevent building a back-log of samples. Most of the instruments in the labs operate around the clock to process samples that require a fast turn-around time due to numerous factors: perishable import samples need to be tested fast so as to make a decision on the admissibility of the product before it deteriorates at the dock, consumer-complaints need to be resolved as soon as possible, any analysis related to identifying outbreaks also is high-priority. Due to the sensitive nature of the analyses the ORA field labs have to perform on a daily basis, instrument reliability is of utmost importance. Instrument reliability can be achieved by appropriate service coverage administered by a professional company that can deliver the services in a fast, effective manner. The service contract also includes support for technical inquiries within 2 hours. This is another very important feature the labs take advantage of routinely. Many minor software or hardware problems may have simple solutions that can be addressed with technical phone support, thus further reducing instrument down-time. Also, whenever the ORA field labs are faced with a new challenge, a new analyte to screen for, they have to rapidly develop new methods. Availability of advice from the vendor’s technical support staff when trying to run new methods on the instruments is a valuable resource. It aids in speedy implementation of new LC-MS methods to respond to new challenges. The service contract also includes one preventative maintenance visit – maintenance visits prolong the life of the instruments, systematically replace consumable parts, and catch minor problems before they turn into big issues. Having the routine maintenance performed by the professionals most familiar with the instruments frees up time of FDA lab personnel. These visits also ensure that laboratories are in compliance with quality management system requirements. The service contract also includes factory-certified replacement parts. The service contracts ensure reliable operation of the field instruments which in turn supports the critical analytical work the ORA labs perform on an everyday basis to promote food safety and defense. Part A. Capability and Technical Experience – Interested parties should submit capability statement describing adequate training and experience in scientific and technical appropriateness in reference to the potential work to be conducted in Part B. Size of Business – Please provide your business size (including certified 8(a), Small Disadvantage businesses, HUB Zone businesses; veteran-owned small businesses, and women-owned small businesses) and submit copies of any documentation such as letters of certifications to indicate the firm status. Part C. Organizational Conflict of Interest (OCI) – If any; provide disclosure of business activities of your company, your affiliates, and your team members and affiliates of your team members which create either a conflict of interest or the appearance of a conflict of interest in the performance of the possible work on evaluation listed above. Part D. Small Business – Describe your ability to meet the requirements in accordance with 52.219.14 – Limitation of Subcontracting. Responses shall adhere to the following: 1. Reference the Request for Information number when submitting Capability Statement. 2. The capability statement shall be no more than five (5) pages in length. 3. The marketing materials shall not be included. 4. The capability statement shall be e-mailed to the attention of the Contract Specialist listed above. FDA makes no implied or in fact contract by issuing this Request for Information. Acknowledgement of receipt of responses will not be made, nor will respondents be notified of the FDA’s view of the information received. Material that requires a non-disclosure agreement or that may be business sensitive will not be accepted. Please note that responses to this notice will not be returned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/1068250/listing.html)
 
Record
SN02031145-W 20091226/091224233654-cd5e0fa6828110ffd1162e42ada78443 (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.