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, 2015 FBO #4964
SOURCES SOUGHT

66 -- X-Ray Generator

Notice Date
6/25/2015
 
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, 3900 NCTR Road, HFT-320, Bldg 50 | Rm 421, Jefferson, Arkansas, 72079, United States
 
ZIP Code
72079
 
Solicitation Number
1151799
 
Archive Date
7/21/2015
 
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 The U.S. Food and Drug Administration (FDA), is conducting market research to support the National Center for Toxicological Research's (NCTR), Division of Neurotoxicology's need for one (1) Wireless Digital Radiography System (portable x-ray unit) for primate research including delivery, onsite installation, testing, onsite training and post-warranty maintenance for up to four (4) 1-year option periods. This is a sources sought 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 associated North American Industry Classification System (NAICS) Code is‐ 334516 ‐ Analytical Laboratory Instrument Manufacturing; Small Business Size Standard is 500 employees. REQUIREMENTS: Background: The National Center for Toxicological Research (NCTR), Division of Neurotoxicology, has a requirement for one (1) Wireless Digital Radiography System (portable x-ray unit) for primate research including delivery, onsite installation, testing, onsite training and post-warranty maintenance for up to four (4) 1-year option periods. The system will be used in animal veterinary care including routine and diagnostic examinations to support research endeavors. This system is required for immediate and accurate gestational age determinations within primate subjects. Additionally, the system will be utilized for prospective daily diagnostic clinic needs that arise within the NCTR primate research facility. The lab has very limited space and can only accommodate a portable x-ray system. Minimum General Specifications: The system shall be capable of providing automatic exposure detection with a built-in high image resolution monitor, and software with fast acquisition of radiographic images. The system shall be equipped and delivered with all necessary features, including a completely wireless panel, long life capacitor charging system (no removable battery), scintillator cesium iodide, Digital Imaging Communications in Medicine (DICOM) compliant with veterinary tag support, and a durable compact carrying case that is shock/drop tolerant and resistant to liquid penetration. The system shall be a newly manufactured, not used, refurbished, or previously used for demonstration. The entire system shall be warranted for a minimum of one (1) calendar year from date of acceptance. All standard information on the equipment, including but not limited to User Manuals, Operation and Maintenance (O&M) Manuals, Material and Safety Data Sheets (MSDS), troubleshooting guides and any other applicable documentation, shall be provided upon installation of the system. Minimum Onsite Installation, Testing and Onsite Training Requirements The Contractor shall provide all labor, travel, and tools to install the equipment at the address provided below, to include inside delivery. Equipment shall be tested once installed to verify all aspects of the system are operating within parameters of the required specifications. The vendor shall demonstrate upon installation and testing that the item meets all performance specifications. Minimum Post-Warranty Service Requirements: • Shall include at least one (1) planned, onsite preventative maintenance visit per contract year. • Shall include unlimited technical support of contact for assistance (e.g., telephone-based, email-based, website-based, etc.) and unlimited corrective/remedial maintenance visits for service, Mondays - Fridays (excluding Federal Holidays) between the hours of 7:00 AM - 5:00 PM Central Standard Time (CST). • 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 ne OEM replacement parts, components, subassemblies, etc. • All maintenance pricing shall be inclusive of labor, travel, replacement parts, components, subassemblies, etc. • Service Records and Reports - The Contractor shall, commensurate with the completion of each service call (inclusive of warranty service), 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 (including warranty work) each time service and/or repair is performed. Delivery Address (FOB Destination): Inside delivery, onsite installation, testing, onsite training, and post-warranty maintenance shall be conducted at: National Center For Toxicological Research Division Of Neurotoxicology Building 53D, Room 203H (via loading dock at Bldg 85 if necessary) Jefferson, AR 72079 Period of Performance Delivery, to include, inside delivery, onsite installation, testing, onsite training, required within thirty (30) calendar days after award with up to four (4) 1-year option periods for post-warranty maintenance. Responses to this sources sought shall unequivocally demonstrate that respondent is regularly engaged in the manufacture and/or sale of same or substantially similar items. Though the target audience is small business manufacturers or small businesses capable of supplying a U.S. made product of a small business manufacturer or producer 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; [Provide this same information again for the manufacturer/producer if responding to provide a product manufactured by another firm.] • Three (3) years of past performance information for the manufacture and/or sale of same or substantially similar items, which are or have been used with same or similar equipment for same or similar purposes, to include date of sale, 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 respondent is not the manufacturer/producer; • Descriptive literature, brochures, specifications, 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 requirement; • If a large business, identify any existing subcontracting opportunities 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 6, 2015 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 #1151799 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. 1151799) 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/1151799/listing.html)
 
Place of Performance
Address: Jefferson, Arkansas, 72079, United States
Zip Code: 72079
 
Record
SN03776305-W 20150627/150625235436-cb1dd3fa0b8ba0686c868f55ea04b4bf (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.