Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 27, 2014 FBO #4598
SOURCES SOUGHT

J -- Leica Confocal Microscope Maintenance

Notice Date
6/25/2014
 
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
1133826
 
Archive Date
7/17/2014
 
Point of Contact
Crystal G. McCoskey, Phone: 8705437267
 
E-Mail Address
crystal.mccoskey@fda.hhs.gov
(crystal.mccoskey@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
MARKET RESEARCH PURPOSES ONLY NOT A REQUEST FOR PROPOSAL OR SOLICITATION This is a sources sought to determine the availability and capability of small businesses to provide technically certified equipment maintenance. The associated North American Industry Classification System (NAICS) Code is‐ 811219 Other Electronic and Precision Equipment Repair and Maintenance; Small Business Size Standard is $19.0 million. Part I: General Information (Introduction/Background/Scope) The U.S. Food and Drug Administration (FDA), Center for Food Safety and Applied Nutrition (CFSAN) requires service on one (1) Leica Laser Scanning Confocal Microscope, SP5II UV/405 561, Laser Dichroic, Serial No. 323118, to include scanning stage, HeNe 633, 543, 594, and Ar 458/488/514 lasers with up to four (4) 1-year option periods of maintenance. This service is critical to keep the system operational at optimal performance for the mission of CFSAN's skin absorption of nanoparticle studies. The last maintenance agreement for the equipment is set to expire 7/31/2014. Part II: Work Requirements A. Service Requirements At a minimum the Contractor shall: • Perform not less than one (1) annual on-site Preventative Maintenance (PM) visit to perform axial resolution measurements (using Leica Microsystems objectives), laser power measurements, clean, inspect, calibrate, replace and test critical parts, ie lens wheels, fibers, couplings (including UV&405), Acousto-Optical Tunable Filter (AOTF), etc., including all labor, travel, parts, kits, subassemblies, etc. to confirm optimum system performance. • Provide unlimited on-site corrective/remedial maintenance/repair visits for the base instrument and controller, inclusive of all labor, travel, parts, components, subassemblies, etc. within seventy-two (72) hours of service call. • Provide unlimited technical support, Mondays - Fridays (excluding Federal Holidays) between the hours of 8:00 AM - 4:30 PM Eastern Standard Time (EST), within 8 business hours of contact for assistance (e.g., telephone-based, email-based, website-based, etc.) • Perform all maintenance and repair activities with formally trained and certified technicians/engineers, following Original Equipment Manufacturer (OEM) specifications, manuals, and service bulletins, using OEM-certified new replacement parts, components, subassemblies, etc. • Include coverage for unlimited software and firmware updates/maintenance. B. Records and Reports: The Contractor shall, commensurate with the completion of each service call, provide the end-user of the equipment 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. In addition, the Contractor shall provide a written report to the FDA COR and Contract Specialist, summarizing all maintenance and repair activities each time service and/or repair is performed. Part III: Supporting Information A. Place of Performance Shall be maintained at: U.S. Food and Drug Administration 8301 Muirkirk Road Muirkirk Road Complex, MOD-1, Room G108C Laurel, MD 20708 Contractor shall coordinate all maintenance with Project Officer (to be provided with order). B. Period of Performance 08/01/2014 - 07/31/2015 - Base with PM to be completed within 90 days of award 08/01/2015 - 07/31/2016 - Option Period 1 with PM to be completed within 90 days of exercising of option 08/01/2016 - 07/31/2017 - Option Period 2 with PM to be completed within 90 days of exercising of option 08/01/2017 - 07/31/2018 - Option Period 3 with PM to be completed within 90 days of exercising of option 08/01/2018 - 07/31/2019 - Option Period 4 with PM to be completed within 90 days of exercising of option Instructions to Prospective Respondents Responses to this sources sought shall unequivocally demonstrate that respondent has certified/trained technicians to perform the services. Though the target audience is small businesses capable of servicing the equipment, 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, 8(a), SDB, WOSB, EDWOSB, LB), point of contact name, mailing address (if different from business address), phone number and email address; • Three (3) years of past performance information for the service of same or substantially similar items, to include date of services, description (should also include technical literature and specifications), dollar value, client name, client address, client point of contact name, client point of contact mailing address (if different from that provided for client), client point of contact phone number, client point of contact email address, and name of the manufacturer (to include DUNS number and size status) if not the respondent; • Descriptive literature, brochures, specifications, marketing material, etc. detailing the nature of the services the responding firm is regularly engaged in providing; • If applicable, identification of the firm's GSA Schedule contract(s) by Schedule number and SINs that are applicable to this requirement; • If a large business, identify the subcontracting opportunities that would exist for small business concerns; • Although this is not a request for quote, informational pricing is encouraged; • The Government encourages any comments and/or suggestions from any interested party, regarding the specifications. While the Government will not respond directly to your comments and/or suggestions; we will consider them as we finalize the specifications in preparation for the forthcoming solicitation. 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 July 2, 2014 by 1:00 PM (Central Time in Jefferson, Arkansas) at the Food and Drug Administration, OC/OA/OAGS, Attn: Crystal G. McCoskey, 3900 NCTR Road, Bldg 50/Room 426, HFT‐320, Jefferson, AR 72079‐9502 or email crystal.mccoskey@fda.hhs.gov. Reference #1133826 in all correspondence with the point of contact listed above. Notice of Intent Responses to this sources sought announcement will assist the Government in determining whether this requirement should be set aside for small business, made available to full and open competition or procured through other than full and open 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 combined synopsis/solicitation (No. 1133826) may be published via 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/NCTR/1133826/listing.html)
 
Place of Performance
Address: 8301 Muirkirk Road, Laurel, Maryland, 20708, United States
Zip Code: 20708
 
Record
SN03405819-W 20140627/140625234926-4a029ee1eef625eb7e31c877ca588562 (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.