SOURCES SOUGHT
65 -- Heimann X-ray Machine Maintenance and Purchase Agreement
- Notice Date
- 1/15/2015
- Notice Type
- Sources Sought
- NAICS
- 334517
— Irradiation Apparatus 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
- FDA-SS-15-1143155
- Archive Date
- 2/17/2015
- Point of Contact
- Kimberly m Davis, Phone: 301-827-7179, James G. Whitt, Phone: 3018271022
- E-Mail Address
-
kimberly.davis@fda.hhs.gov, james.whitt@fda.hhs.gov
(kimberly.davis@fda.hhs.gov, james.whitt@fda.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE to determine the availability and capability of small businesses. This notice is for planning purposes only, and does not constitute an Invitation for Bids, a Request for Proposals, Solicitation, Request for Quotes, 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. The Government does not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this sources sought. Any responses received will not be used as a proposal. Statement of Work: The Food and Drug Administration (FDA) needs maintenance of existing Smiths/Heimann X-Ray Detection machines in the Washington DC Metro Area. Additionally, The FDA needs the ability to purchase new X-ray units (including hardware, software, and accessories) on an as-needed basis. Required Maintenance Services: • Vendor must provide 24 hour response time for repair of equipment • Service actions performed by the vendor will include all parts, materials and labor required to adjust, maintain, repair or restore the equipment to proper operating conditions in accordance with the manufacturer's (Heimann/Smiths Detection) specifications. All parts must be authentic Heimann parts. • Services will be provided by the vendor Monday through Friday between 8 a.m. and 5 p.m. for remedial maintenance. • All regular travel between 8am and 5pm., Monday through Friday, and subsistence related expenses including freight will be covered by the vendor. • One annual preventive maintenance inspection of each x-ray machine will be conducted per calendar year. • Vendor must have direct access to Heimann/Smiths Detection design engineering documentation to enable field retrofits and upgrades to existing Heimann/ Smiths Detection equipment. • Vendor must maintain a complete inventory of maintenance and repair parts and provide repair or replacement of parts within 48 hours. • Vendor must provide factory trained and certified Heimann/Smiths Detection service engineers. Required Unit Specifications: X-ray Inspection System #1: • 24.2 (w) x 16.1 (h) max object size • 17" Flat Panel LCD monitor • Operator Keyboard • Operator Manuel • 1 year standard warranty • Operator Orientation Software: • Digital Image Management • Advanced Contents Tracking • Threat Image Projection • Automatic Marking of Suspicious Objects • Operating Training Roller Table: • Two (2) 1/2 meter roller tables Accessories: • Remote Cord - 25ft Maintenance Package: (Five Year Maintenance Plan) • On-site service coverage 8:30am to 5:00pm, Monday through Friday • All labor, travel time and travel expenses • All replacement parts required • Unlimited access to 24/7 Technical Support • Annual PMI and Radiation Leak Survey X-ray Inspection System #2 • 29.5 (w)x 21 (w) max object size • 17" Flat Panel LCD monitor • Operator Keyboard • Operator Manuel • 1 year standard warranty • Operator Orientation Software: • Digital Image Management • Advanced Contents Tracking • Threat Image Projection • Automatic Marking of Suspicious Objects • Operating Training Roller Table: • Two (2) 1/2 meter roller tables Accessories: • Remote Cord - 25ft Maintenance Package: (Five Year Maintenance Plan) • On-site service coverage 8:30am to 5:00pm, Monday through Friday • All labor, travel time and travel expenses • All replacement parts required • Unlimited access to 24/7 Technical Support • Annual PMI and Radiation Leak Survey Small businesses are encouraged to respond if they have the capability and capacity to provide the identified services. Interested small business potential offerors are encouraged to respond to this notice. However, be advised that generic capability statements are not sufficient for effective evaluation of respondents' capacity and capability to perform the specific work as required. Responses must directly demonstrate the company's capability, experience, and/or ability to marshal resources to effectively and efficiently perform the task described above at a sufficient level of detail to allow definitive numerical evaluation; and evidence that the contractor can satisfy the minimum requirements listed above while in compliance with FAR 52.219-14 ("Limitations on Subcontracting"). Failure to definitively address each of these factors will result in a finding that respondent lacks capability to perform the work. Responses to this notice shall be limited to 10 pages, and must include: 1. Demonstrated experience of performance and/or ability to supply all required services and products. 2. Company name, mailing address, e-mail address, telephone and fax numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. 3. Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses. 4. If qualified as an 8(a) firm (must be certified by the Small Business Administration (SBA), Small Disadvantaged Business (must be certified by SBA), Woman-Owned Small Business, HUBZone firm (must be certified by SBA), and/or Service-Disabled Veteran Owned Small Business (must be listed in the VetBiz Vendor Information Pages). 5. DUNS number, CAGE Code, Tax Identification Number (TIN), and company structure (Corporation, LLC, partnership, joint venture, etc). Companies also must be registered in the Central Contractor Registration (CCR) at www.ccr.gov to be considered as potential sources. 6. Identification of any GSA Schedule contract(s) by Schedule number and contract number and SINs that are applicable to this potential requirement are also requested. 7. If the company has a Government approved accounting system, please identify the agency that approved the system. Please submit copies of any documentation, such as letters or certificates to indicate the firm's status (see item #3 above). To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. Interested offerors should submit their capability statement not exceeding ten (10) pages in length. Phone calls will not be accepted or returned. Interested firms or individuals may submit the requested information to: kimberly.davis@fda.hhs.gov or US Food and Drug Administration Kimberly W. Davis 5630 Fishers Lane / HFA-500 OAGS/DAO Rm 2136 Rockville, MD 20857
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-SS-15-1143155/listing.html)
- Place of Performance
- Address: White Oak Campus, Silver Spring, Maryland, 20993-0002, United States
- Zip Code: 20993-0002
- Zip Code: 20993-0002
- Record
- SN03617779-W 20150117/150115235320-d0eba5ee64603755b795d20d87374028 (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 |