Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 30, 2013 FBO #4205
MODIFICATION

J -- Maintenance Agreement consisting of Base + four (4) 1‐year Post‐Warranty Maintenance - Amendment 1

Notice Date
5/28/2013
 
Notice Type
Modification/Amendment
 
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
FDA-SOL-13-1118629
 
Archive Date
6/18/2013
 
Point of Contact
Yolanda T. Peer, Phone: 8705437479
 
E-Mail Address
yolanda.peer@fda.hhs.gov
(yolanda.peer@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Notification - Amendment 0002 to update Model Descriptions and extend Response date to June 3, 2013 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 Office of Regulatory Affairs (ORA) requirement for a Maintenance Agreement consisting of Base + four (4) 1-year Post-Warranty Maintenance Option Years for the following: AB Sciex QTrap 5500 LC/MS/MS (Serial Number AU22040912), Shimadzu Standard LC System (Model Description: Shimadzu Prominence UFLC XR) (Model Description: Shimadzu SIL-20ACXR Autosampler; Shimadzu LC-20ADXR Solvent Delivery Module; Shimadzu LC-20ADXR Solvent Delivery Module; Shimadzu CBM-20A Computer Bus Module; Shimadzu CTO-20AC Column Oven; Shimadzu DGU-20A3 Degasser (Serial Numbers: L20434750097; L20444600035 and SS131472) and Parker LCMS-5000 Gas Gen (Serial Number: LCMS-5000NA-1214A) The FDA is seeking business sources, including total small businesses, service-disabled veteran-owned small businesses, HUBZone small businesses, 8(a) certified companies and other than small businesses. In addition, the FDA is seeking business sources 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. The government is seeking capability statements from businesses capable of performing maintenance and meeting the below performance requirements. • On-Site Preventive Maintenance (minimum of two planned preventive maintenance per year for the Mass Spectrometer and One planned maintenance visit per year for the HPLC and the Nitrogen Generator ) inclusive of all labor, travel, and parts, components, subassemblies, etc. • Preventive and Corrective Maintenance performed by OEM-certified technicians, following OEM specifications, manuals, and service bulletins, using OEM-certified tools and replacement parts, components, subassemblies, etc. Service engineers shall be factory trained and have access to AB Sciex's latest technical developments, repair procedures, application updates and planned maintenance procedures. • Unlimited On-Site Corrective Maintenance/Repairs Monday through Friday 8:AM to 5:00PM EST within 24-48 hours. • Replacement parts and labor inclusive of all labor, travel, parts, components, subassemblies, etc • Remedial service and Engineering charges • All items utilized for repair and/or maintenance shall be new or true factory remanufactured OEM parts • Recalibrations inclusive of all labor, travel, parts, components, subassemblies, etc. • Unlimited Telephone Technical Support and Trouble Shooting Assistance 24/7 during regular business hours - Monday through Friday 8:00AM to 5:00pm EST. • Unlimited Software Updates and Firmware Updates Four (4) 1-year Post-Warranty Maintenance Option Years: • On-Site Preventive Maintenance (minimum of two planned preventive maintenance per year for the Mass Spectrometer and One planned maintenance visit per year for the HPLC and the Nitrogen Generator ) inclusive of all labor, travel, and parts, components, subassemblies, etc. • Preventive and Corrective Maintenance performed by OEM-certified technicians, following OEM specifications, manuals, and service bulletins, using OEM-certified tools and replacement parts, components, subassemblies, etc. Service engineers shall be factory trained and have access to AB Sciex's latest technical developments, repair procedures, application updates and planned maintenance procedures. • Unlimited On-Site Corrective Maintenance/Repairs Monday through Friday 8:AM to 5:00PM EST within 24-48 hours. • Replacement parts and labor inclusive of all labor, travel, parts, components, subassemblies, etc • Remedial service and Engineering charges • All items utilized for repair and/or maintenance shall be new or true factory remanufactured OEM parts • Recalibrations inclusive of all labor, travel, parts, components, subassemblies, etc. • Unlimited Telephone Technical Support and Trouble Shooting Assistance 24/7 during regular business hours - Monday through Friday 8:00AM to 5:00pm EST. • Unlimited Software Updates and Firmware Updates Service Records and Reports The Contractor shall, commensurate with the completion of each service call or preventative maintenance visit, provide the end-user of the equipment and the Contracting Officer 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. The offeror may provide information on multiple types of service agreement plans available and pricing of each. Place of Performance Work shall be formed on-site at the location of the instrument: NRL 158-15 Liberty Avenue Jamaica, NY 11433 The offeror shall furnish sufficient technical information necessary for the Government to conclusively determine that the offered instrument and components meet the technical requirements identified above. Firms believing they can meet the requirements to the above specifications are encouraged to respond electronically with no less than the following information: • 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; • Sufficient descriptive literature that unequivocally demonstrates that offered products and services meet or exceed above specifications. • At a minimum provide the following: 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 manufacturer of the items or authorized maintenance provider. • The offeror includes documentation of technical competency on the operation and repair of the AB Sciex QTrap 5500 LC/MS/MS (Serial Number AU22040912), Shimadzu Standard LC System (Serial Numbers: L20434750097; L20444600035 and SS131472) and Parker LCMS-5000 Gas Gen (Serial Number: LCMS-5000NA- 1214A) Such documentation should include certification from the original equipment manufacturer within the past calendar year. • Provide a list of prior experience servicing the AB Sciex QTrap 5500 LC/MS/MS (Serial Number AU22040912), Shimadzu Standard LC System (Serial Numbers: L20434750097; L20444600035 and SS131472) and Parker LCMS-5000 Gas Gen (Serial Number: LCMS-5000NA-1214A) and contact information on at least two references that can be contacted that the contractor has provided similar services within the last two years. Name, telephone number, email address, contract number and description of services with 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 are also requested. • Provide information if any of these specifications are too restrictive. No response will be considered that the listed specifications are adequate in a competitive environment. • If a large business, provide if subcontracting opportunities exist for small business concerns. • Though this is not a request for quote, informational pricing must be submitted. The Government is not responsible for locating or securing any information, not identified in the response. 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. 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 June 3, 2013 by 13:00 hours (Central Time in Jefferson, Arkansas) at the Food and Drug Administration, OC/OA/OAGS, Attn: Yolanda Peer, 3900 NCTR Road, HFT-320, Jefferson, AR 72079-9502 or email yolanda.peer@fda.hhs.gov. FDA-SOL-13-1118629. Notice of Intent Responses to this sources sought announcement will assist the Government in determining whether or not any future requirement similar to this one should be set aside for small business, made available to full and open competition or procure through sole-source 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 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).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-SOL-13-1118629/listing.html)
 
Place of Performance
Address: NRL, 158-15 Liberty Avenue, Jamaica, New York, 11433, United States
Zip Code: 11433
 
Record
SN03073402-W 20130530/130528235218-2ab3fea23305379006bf969e5dde2fbc (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.