SOURCES SOUGHT
66 -- Water Purification System - Package #1
- Notice Date
- 8/13/2010
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, NCTR-50 RM422 HFT-320, Jefferson, Arkansas, 72079, United States
- ZIP Code
- 72079
- Solicitation Number
- 1077166
- Archive Date
- 9/2/2010
- Point of Contact
- Thomas M Dumas, Phone: 404-253-1253
- E-Mail Address
-
thomas.dumas@fda.hhs.gov
(thomas.dumas@fda.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work This is a SOURCES SOUGHT NOTICE to determine the availability and capability of small businesses, including 8(a) certified businesses, service-disabled veteran owned small businesses, HUB Zone small businesses, small disadvantaged business, veteran-owned small business, and women-owned small businesses. BACKGROUND: The FDA is seeking to purchase a Water Purification System able to provide USP grade water. The system will replace an outdated Barnstead distillation system, including distribution pipes, faucets at points of use, circulation pumps, and stainless steel storage tanks. SCOPE OF WORK (See Attached) Contractors must satisfy the following requirements. Provide a detailed description of your company's (including its teammates, if applicable) experience and demonstrated abilities to deliver the type of instrument described above. A firm fixed price purchase order will be awarded. The NAICS Code is 334516, with a small business size standard of 500. Interested small business potential offerors are encouraged to respond to this notice. However, be advised that generic capability statements are not sufficient for effective evaluation of respondents' capacity and capability to provide the specific description of work provided within the SOW as required. Responses must directly demonstrate the company's ability to effectively provide the instrument(s) described above. Responses to this notice shall be limited to 10 pages, and must include: 1. Company name, mailing address, e-mail address, telephone and FAX numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. 2. Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses. 3. Business size for NAICS 334516 size standard of 500 and status, if qualified as an 8(a) firm (must be certified by SBA), Small Disadvantaged Business (must be certified by SBA), Woman-Owned Small Business, HUBZone firm (must be certified by SBA), and/or Service-Disabled Veteran-Owned Small Business (must be listed in the VetBiz Vendor Information Pages). 4. DUNS number, CAGE Code, Tax Identification Number, and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies also must be registered in the Central Contractor Registry (CCR, at www.ccr.gov) to be considered as potential sources. 5. Identification of the firm's GSA Schedule contract(s) by Schedule number and contract number and SINs that are applicable to this potential requirement are also requested. 6. If the company has a Government approved accounting system, please identify the agency that approved the system. Please submit copies of any documentation such as letters or certificates to indicate the firm's status (see item #3, above). Teaming arrangements are acceptable, and the information required above on the company responding to this announcement, should also be provided for each entity expected to be teammates of the respondent for performance of this work. To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. This notice is for planning purposes only, and does not constitute an Invitation for Bids, a Request for Proposals, a Solicitation, a Request for Quotes, or an indication the Government will contract for the items contained in this announcement. This request 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 request. The Government will 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 announcement. Responses to this notice must be received by the Contract Specialist named below not later than 5:00 PM Eastern time on Wednesday, August 18, 2010 for consideration. The acceptable method of transmitting responses is via email. Responses to this announcement will not be returned, nor will there be any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in the subsequent solicitation, and FDA may contact one or more respondents for clarifications and to enhance the Government's understanding. This announcement is Government market research, and may result in revisions in both its requirements and its acquisition strategy based on industry responses.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/1077166/listing.html)
- Place of Performance
- Address: FDA, 466 Fernandez Juncos Ave, San Juan, Puerto Rico, 00901, United States
- Zip Code: 00901
- Zip Code: 00901
- Record
- SN02240680-W 20100815/100814000300-c59d2b415fee99ed4eb4b22501ca784a (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 |