SOURCES SOUGHT
66 -- High Frequency Digital Veterinary X-Ray System
- Notice Date
- 8/19/2013
- 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, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
- ZIP Code
- 20857-0001
- Solicitation Number
- 1119548
- Archive Date
- 9/7/2013
- Point of Contact
- Sondea R Blair, Phone: 8705437469
- E-Mail Address
-
sondea.blair@fda.hhs.gov
(sondea.blair@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) Division of Veterinary Medicine's (CVS) requirement for a High Frequency Digital Veterinary X-Ray System. This sources sought notice is being issued to determine small businesses capable of supplying services that satisfies our requirement. The associated North American Industry Classification System (NAICS) Code is Code is 334516- Analytical Laboratory Instrument Manufacturing; Small Business Size Standard is 500 employees. Background: The FDA's Center for Biologics Evaluation and Research (CBER) Division of Veterinary Medicine's (CVS) requirement for a High Frequency Digital Veterinary X-Ray System inclusive of post warranty preventive maintenance. High Frequency Digital Veterinary X-Ray System Minimum Requirements: -System shall be a professional grade, digital, radiograph system for use in a laboratory animal environment -Shall be a high frequency X-ray with 4-way float top -System shall include a lateral panel with a minimum of 6.9 million pixels -System shall consistently produce high quality, highly detailed, digital images -System shall work equally well with large and small laboratory species -System shall be capable of use in lab animal studies where multiple animals can be imaged using identical imaging techniques -The Government prefers a system used by and endorsed by other research programs and high volume animal clinics that image ‘exotics' such as mice, gerbils, hamsters, and guinea pigs -Programmable, user friendly interface with touch screen monitor -Shall include a flat panel imagining area monitor -Shall include preloaded protocols to accommodate laboratory animal institution users -System shall include pre-loaded algorithms for imagining species variations -Shall be a high-frequency system with minimal scatter radiation -Shall include off-site, cloud-based back-up access with large storage capacity -Shall include eFilm starter pack Additional Requirements: Workstation: -The system shall include a complete workstation including computer and monitor for instrument control (with ultra-flat wall mount) for data acquisition and data analysis -System shall include a picture archiving communication and hard drive storage system -Shall be a turn-key solution i.e. the contractor shall be responsible for providing all hardware, components, instruments, computers, software, and that otherwise required to meet these specifications and the FDA's stated need Installation and Training: -The contractor shall provide inside delivery, installation, and clean-up of the installation site for the entire system -Installation shall be inclusive of all labor, parts, installation kits, and travel expense -The vendor shall provide an on-site operator training/familiarization which shall include (but is not limited to) system operations, calibration, optimization and basic preventive maintenance procedures Minimum Required Warranty -12-month Warranty on entire system inclusive of parts, labor, calibration, and travel expense -Warranty to commensurate upon receipt, installation, and FDA acknowledgment of acceptability Post-Warranty Service Agreement The service agreement shall include, at a minimum, the following: • Minimum of one (1) Preventative Maintenance visit per contract year • Unlimited on-site services, and repairs as needed • Software updates • Preventative maintenance, services, and repairs performed by a trained and certified technicians • Preventative maintenance, services, and repairs inclusive of all labor, travel, and new certified replacement parts, components, subassemblies, etc. (except consumables) • Phone support available from 8am to 5pm Eastern Time, Monday through Friday Post Warranty Period of Performance: Option Period 1: 12-month period to commensurate upon the completion of the base 12-month warranty. Option Period 1 Price:___________ Option Period 2: 12-month period to commensurate upon the completion of the option period 1 preventive maintenance agreement. Option Period 2 Price:___________ Option Period 3: 12-month period to commensurate upon the completion of the option period 2 preventive maintenance agreement. Option Period 3 Price:___________ Option Period 4: 12-month period to commensurate upon the completion of the option period 3 preventive maintenance agreement. Option Period 4 Price:___________ The offeror may provide information on multiple types of service agreements plans available and pricing of each. Place of Performance US Food and Drug Administration Center for Biologics Evalaution and Research 29 Lincoln Drive Bethesda, MD 20857 Responses to this sources sought shall unequivocally demonstrate that the respondent is regularly engaged in the service of same or substantially similar equipment. Though the target audience is small businesses, 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 is responding to provide a product manufactured by another firm]. • Descriptive literature, brochures, marketing material, etc. detailing the nature of the items the responding firm is regularly engaged in manufacturing and/or selling. • 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 August 23, 2013 by 09:00 hours (Central Standard Time in Jefferson, Arkansas) at the Food and Drug Administration, Field Operations Branch, FDA|OO|OFBA|OAGS|DAP, Attn: Sondea Blair, 3900 NCTR Road, HFT-320, Bldg 50, Rm 421, Jefferson, AR 72079-9502 or email sondea.blair@fda.hhs.gov. Reference FDA 1119548. 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). Additional Notes: If the stated requirements appear restrictive, please submit comments detailing the concern. Though this is not a request for quote, informational pricing is encouraged.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/1119548/listing.html)
- Place of Performance
- Address: US Food and Drug Administration, Center for Biologics Evalaution and Research, 29 Lincoln Drive, Bethesda, Maryland, 20857, United States
- Zip Code: 20857
- Zip Code: 20857
- Record
- SN03153045-W 20130821/130819234745-8b050ce4bfb5e5f5767e1daf5bb7a3ee (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 |