Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 09, 2014 FBO #4519
SOURCES SOUGHT

J -- Service Agreement for Biomek FX System

Notice Date
4/7/2014
 
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
FDA1132447
 
Archive Date
4/29/2014
 
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 the Beckman Coulter, Inc. Biomek FX System with Post-Warranty Maintenance Options. This is a Sources Sought Notice to determine the availability and capability of small businesses who can service and maintain the scientific/laboratory equipment set forth herein. 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 Work (SOW) Annual service agreement for a Beckman Coulter Biomek FX System, Serial Number 5011273, described herein as set forth in the following minimum requirements for a one year base period and four 1-year option periods. Minimum Performance Requirements: • Shall include one (1) planned preventative maintenance visit per contract year. • Shall include unlimited corrective/remedial maintenance visits within 3 business days of call for service. • Shall include unlimited technical support, Mondays - Fridays (excluding Federal Holidays) between the hours of 7:00 AM - 5:00 PM (Eastern Time) within 8 business hours of contact for assistance (e.g., telephone-based, email-based, website-based, etc.). • Shall include unlimited software and firmware updates. • All maintenance and repair activities shall be performed by formally trained and certified technicians/engineers, following Original Equipment Manufacturer (OEM) specifications, manuals, and service bulletins, using OEM replacement parts, components, subassemblies, etc. • All maintenance pricing shall be inclusive of labor, travel, replacement parts, components, subassemblies, etc. • Deliverables: 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. Place of Performance Center for Biologics Evaluation and Research NIH Bldg 29A, Room 2D-06, 29 Lincoln Dr., Bethesda, MD 20892 Period of Performance Base period: 9/1/2014 - 8/31/2015 Option Period 1: 9/1/2015 - 8/31/2016 Option Period 2: 9/1/2016 - 8/31/2017 Option Period 3: 9/1/2017 - 8/31/2018 Option Period 4: 9/1/2018 - 8/31/2019 Respondents shall furnish sufficient information necessary for the Government to conclusively determine capability to provide these services for this specific equipment to include training and certification programs, logistics pipeline through the manufacturer for service manuals, bulletins, parts, software/firmware upgrades, etc. and past performance history and client contact information for the last three years. 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, EDWOSB, LB), point of contact name, mailing address (if different from business address), phone number and email address. 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 14, 2014 by 12:00 PM (Central Standard Time in Jefferson, Arkansas) at the FDA/OO/OFBA/OAGS/DAP, Field Operations Branch, Attn: Regina Williams, 3900 NCTR Road, HFT-320, Jefferson, AR 72079-9502 or email regina.williams@fda.hhs.gov. Reference FDA1132447. 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/FDA1132447/listing.html)
 
Record
SN03331743-W 20140409/140407234401-851530f76728dafbd95f2ca3b420c1cb (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.