SOURCES SOUGHT
99 -- Scientific Instruments Maintenance and Repair Services - MEL Attachment 1
- Notice Date
- 4/8/2016
- 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 - Rockville, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001, United States
- ZIP Code
- 20857-0001
- Solicitation Number
- FDA-SS-16-1161938
- Archive Date
- 5/31/2016
- Point of Contact
- Courtney I. Knight, Phone: 2404027637
- E-Mail Address
-
Courtney.Knight@fda.hhs.gov
(Courtney.Knight@fda.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Master Equipment List Contracting Office Address: Food and Drug Administration (FDA), Office of Acquisition and Grants Services (OAGS) Description: Scientific Instruments Maintenance and Repair Services This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition, 811219 Other Electronic and Precision Equipment Repair and Maintenance, with a Small Business size standard of $20.5 Million. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. 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 it submits. 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. 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). The U.S. Food and Drug Administration (the Agency) operates and maintains a wide variety of laboratory instruments and related laboratory equipment. To fulfil the Agency's regulatory and public health mission, these instruments require timely and cost-effective maintenance and repair. The need for instrument maintenance tends to be routine and predictable in terms of scheduling and cost. In contrast, the need for instrument repair is unpredictable for both scheduling and cost. The Agency seeks a prime contractor who can manage instrument repair services that meet the requirements of the FDA's laboratory operations. The instruments to be covered include approximately 1500 laboratory instruments and associated laboratory equipment at some 20 FDA facilities in the United States and Puerto Rico. A list of sample instruments is attached. The following services are to be provided: • Ensure that the FDA's laboratory equipment and instrumentation is maintained and remains operational at an acceptable performance level. • Ensure that the FDA's laboratory equipment and instrumentation with the highest service level requirements can be repaired in a timely and cost-effective manner, with acceptable quality of work and efficient processes. • Ensure that any other laboratory instrument or piece of laboratory equipment can be repaired in a timely manner if such equipment or instrument should fail unexpectedly. Capability Statement Requirements: Please review the attached sample Master Equipment List (MEL) which gives some insight into the type of instruments that will be included in the Statement of Work. FDA requests that the respondents specifically address the capabilities listed below. Respondents should provide enough information for FDA to make an informed determination of their capability to perform the work identified below. Please remember that the potential offeror or prime contractor must be able to perform at least 50% of the labor associated with this effort. Please provide a list of contract numbers that your organization has had (if applicable) and your role on the contract (prime contractor or subcontractor). If you were a subcontractor on a particular contract, please demonstrate the work that you did on that contract. Please describe your capabilities and experience performing similar activities as those described below. 1. Technical knowledge of the equipment in the attached sample representative MEL for maintenance and repair work including: a. On-board personnel experienced with the equipment in the sample MEL that can troubleshoot and communicate problems, impacts, options for repair, status of repair to various parties b. Enough qualified personnel to manage up to twenty (20) simultaneous service calls in one week c. Representative prior engagements technically similar and of similar size and complexity to FDA work 2. Experience as a prime contractor using acceptable (OEM preferred) Service Providers (SP) for each item and type of service required in the sample representative MEL, including current and recent experience with service providers expected to be on contract in FY17. 3. List the type of service coverage plan options you might offer for the equipment in the sample representative MEL. 4. Ability to manage and coordinate effective service processes, including scheduling and coordinating work, tracking and reporting progress of work, ensuring the required quality of work is met, resolving and reporting on issues, documenting the chain of custody, scheduling depot repairs, managing/controlling maintenance and repair services for all representative equipment nationwide, and scheduling emergency repairs with 48-hour turnaround. Instructions for Submitting Responses: In addition to your responses, the following specific information is required in your submission. Please provide the following business information with your statement: 1. DUNS Number 2. Company Name 3. Company Address 4. Company Point of Contact, phone number and email address 5. Type of company under NAICS, as validated via the System for Award Management (SAM). Additional information on NAICS codes can be found at www.sba.gov. 6. Corporate structure (corporation, LLC, sole proprietorship, partnership, limited liability partnership, professional corporation, etc.); 7. Current GSA Schedules appropriate to this Sources Sought 8. Current Government Wide Agency Contracts (GWACs) 9. Point of Contract, phone number and email address of individual who can verify the demonstrated capabilities identified in the responses. The capability statement shall be no more than eight (8) pages. In addition, include examples of successfully completing relevant and similar work, including a description of the similar work. The FDA will be determining capability based on the ability to perform the requirements of the SOW. Interested eligible small businesses shall also include company information to determine eligibility, and business type (e.g. 8(a), HUBZone, etc.). Documentation should be emailed to Courtney I. Knight at Courtney.Knight@fda.hhs.gov by May 2, 2016 12:00 PM EST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-SS-16-1161938/listing.html)
- Record
- SN04078213-W 20160410/160408234303-9903b82dff89b8693180a8166b5a0019 (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 |