SOURCES SOUGHT
J -- Service Agreement for Siemens Focus 220 MicroPet
- Notice Date
- 3/26/2013
- 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
- FDA1116188
- Archive Date
- 4/17/2013
- 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 a Service Agreement for Siemens Focus 220 MicroPet with Post-Warranty Maintenance Options. This is a Sources Sought Notice to determine the availability and capability of Small Business Manufacturers or Small Businesses capable of supplying a U.S. made product of a small business manufacturer or producer. 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 $19 million. Statement of Need The Siemens Focus 220 Micro Positron Emission Tomography (PET) instrument (Serial # 2368) is currently utilized at the National Center for Toxicological Research (NCTR), Bio-imaging Facility to support numerous protocols where imaging techniques are utilized to determine toxicological insult on animal specimens. The requirement for a service contract for comprehensive maintenance and service will ensure the smooth operation of the Siemens PET with continuing support and expedited response time in case of failure beyond the manufacturer's warranty period. The comprehensive maintenance is required to keep all electronics component of the PET system (multiple channel RF receivers, multiple channels RF transmitters, high power gradient driver, electronic pulse sequence controller, computer control station, transmit/receive switches, etc.) free of malfunctioning and software patches and firmware upgrades up-to-date. It will be utilized to support in vivo, non invasive scanning to characterize transient and permanent neural responses via different types of intervention including chemical and biological compounds in small animals including juvenile and adolescent non-human primates. Experiments will be directed as neuro-imaging of live subjects and will be an ongoing studies to characterize immediate neural expression and compound effects within the brain structures of test subjects.. Statement of Work (SOW) The service agreement with comprehensive maintenance will enable the continuous operation of the Siemens Focus 220 MicroPET scanner and auxiliary equipment with minimized down time in case of any types of malfunctions and shall meet the following requirement: The service agreement is for a one year base period with up to four additional one year option periods. The service agreement is to include the following: • All maintenance and repair activities shall be accomplished in accordance with Original Equipment Manufacturer (OEM) specifications. • The service agreement shall provide for all labor charges; replacement parts; software upgrades; training and travel expenses associated with providing service at the customer site (NCTR). • Preventive Maintenance and on-site corrective maintenance will be performed during the Principal Coverage Period. • Preventive Maintenance shall include: Tracking and scheduling of required maintenance tasks; Exchange of wear and tear parts; Care measures; Adjustments to factory specifications; Verification of specified performance and functionality; Documentation and detailed Protocol of system condition. • The delivery of Software and Firmware updates to enhance safety and performance of the equipment as recommended: Continuous system monitoring if updates are required; Delivery of updates; Delivery of Original Manufacturer (O&M) updates; Documentation and detailed reporting of updating procedures. • The delivery of software and hardware upgrades when required when IT hardware component's obsolescence; When increased performance is required to meet manufacturers specifications. • Labor for corrective maintenance: The service agreement shall cover labor resulting in a reactive or proactive complete repair of a system malfunction. • Technical support and applications support: Direct factory support vial phone or email. • Yearly Application Training: Introduction to acquisition and reconstruction methods for customers new to preclinical molecular imaging. The offeror shall furnish sufficient technical information necessary for the Government to conclusively determine that the offered services and components meet the technical requirements identified above. 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, LB), point of contact name, mailing address (if different from business address), phone number and email address (Provide this same information if responding to provide a product manufactured by another firm); Sufficient descriptive literature that unequivocally demonstrates that offered products and services meet or exceed above specifications. All descriptive material necessary for the government to determine whether the service/product offered meets the technical requirements including: technical specifications, descriptive material, literature, brochures and other information, which demonstrates the capabilities of the contractor to meet the requirement. Indicate whether the organization is the authorized maintenance provider. The offeror should include documentation of technical competency on the operation and repair of the Focus 220 MicroPet. Such documentation should include certification from the OEM within the past year. Provide three references information for the for the same or similar services within the last two years to include name, telephone number, mailing address, contract number and description of services to include dollar amount. If applicable, identification of the firm's GSA Schedule contract(s) by Schedule number and SINs that are applicable to this potential requirement. 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 April 2, 2013 by 12:00 hours (Central Standard Time in Jefferson, Arkansas) at the Food and Drug Administration, Office of Acquisition & Grants Services, Field Operations Branch, Attn: Regina Williams, 3900 NCTR Road, HFT-320, Jefferson, AR 72079-9502 or email regina.williams@fda.hhs.gov. Reference FDA1116188. 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/FDA1116188/listing.html)
- Place of Performance
- Address: National Center for Toxicological Research, 3900 NCTR Road, Jefferson, Arkansas, 71603, United States
- Zip Code: 71603
- Zip Code: 71603
- Record
- SN03020654-W 20130328/130326234432-5f980ae1ded7d6695e36755e249d1c97 (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 |