SOURCES SOUGHT
J -- Preventive Maintenance for FujiFilm Visualsonics Vevo 1100 Imaging System
- Notice Date
- 12/1/2016
- 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 - Jefferson, 3900 NCTR Road, HFT-320, Bldg 50 | Rm 421, Jefferson, Arkansas, 72079, United States
- ZIP Code
- 72079
- Solicitation Number
- FDA_17_223_SOL_1176931
- Archive Date
- 12/27/2016
- Point of Contact
- Timothy A. Walbert, Phone: 8705437267
- E-Mail Address
-
timothy.walbert@fda.hhs.gov
(timothy.walbert@fda.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT NOTICE THIS IS A SOURCES SOUGHT ANNOUNCEMENT, A MARKET SURVEY FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. NO TELEPHONE CALLS WILL BE ACCEPTED REQUESTING AN RFQ PACKAGE OR SOLICITATION. THERE IS NO RFQ PACKAGE OR SOLICITATION. IN ORDER TO PROTECT THE PROCUREMENT INTEGRITY OF ANY FUTURE PROCUREMENT, IF ANY, THAT MAY ARISE FROM THIS ANNOUNCEMENT, INFORMATION REGARDING THE TECHNICAL POINT OF CONTACT WILL NOT BE GIVEN AND NO APPOINTMENTS FOR PRESENTATIONS WILL BE MADE. The U.S. Food and Drug Administration (FDA), Office of Acquisitions and Grants Services (OAGS) has issued this sources sought announcement on behalf of the National Center for Toxicological Research (NCTR), Division of Systems Biology, in order to determine if there are existing small business sources capable of providing annual preventive and corrective maintenance services (Base + 4 1-year Maintenance Option periods) for a FujiFilm Visualsonics Vevo 1100 Imaging System, Serial Number 041QLR. The original warranty on the instrument expired on October 26, 2016 and is not currently covered under a service agreement. If your firm is considered a small business source under North American Industry Classification System (NAICS) 811219 - Other Electronic and Precision Equipment Repair and Maintenance; with a Small Business Size Standard of $20.5 Million, and believe that your firm would be able to provide the FDA with the services described below, please submit an email to timothy.walbert@fda.hhs.gov. The vendor shall include information about the company, demonstrate recent (within the past 3 years) and relevant past performance information for preventive maintenance services on FujiFilm Visualsonics instruments, and can meet all of the minimum performance requirements. Minimum Performance Requirements •All maintenance and repair activities shall be performed by formally trained and certified technicians/engineers. All repairs and PM services shall be performed following Original Equipment Manufacturer (OEM specifications, manuals, and service bulletins, using OEM replacement parts, components, subassemblies, etc. •Proposed pricing shall provide unlimited repair, Preventive Maintenance service(s) inclusive of shipping, labor, travel, replacement parts, components, subassemblies, etc. •The PM Service plan shall include at least one (1) on-site visit for routine certification of the instrument per year. •Contractor shall provide corrective/remedial repair visits within 3-5 business days of call for service (for issues that can't be resolved remotely via phone or Internet). •The Contractor shall provide unlimited technical support Mondays - Fridays (excluding Federal Holidays) between the hours of 7:00 AM - 5:00 PM Central Time, and shall begin working on a solution to the problem within 8 business hours of contact for assistance. (e.g., telephone-based, email-based, website-based, etc.) •The service plan shall include access to OEM technical developments, repair procedure bulletins, and unlimited software, firmware, and application updates. •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. Period of Performance (Base + 4 1-year Option periods) - Base Period (estimated): 1/1/2017 - 12/31/2017 - Option Year 1: 1/1/2017 - 12/31/2017 - Option Year 2: 1/1/2017 - 12/31/2017 - Option Year 3: 1/1/2017 - 12/31/2017 - Option Year 4: 1/1/2017 - 12/31/2017 Place of Performance U.S. FDA National Center for Toxicological Research 3900 NCTR Road Jefferson, AR 72079 Additional Information Responses to this Sources Sought shall unequivocally demonstrate that the respondent is regularly engaged in the sale of same or substantially similar service. Though the target audience is small business or small businesses capable of providing service from another small business, all interested parties may respond. At a minimum, responses shall include the following: - Business name and bio, DUNS number, business address, business website, and business size status (i.e., SB, VOSB, SDVOSB, HUBZone SB, SDB, WOSB, LB), point of contact name, mailing address (if different from business address), phone number and email address. Provide this same information again if responding to provide a service offered by another firm. - Past Performance information for the manufacturer and/or sale of same or substantially similar service or similar brand instruments to include date of sale, description, dollar value, client name, client address, client 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, marketing material, etc. detailing the nature of the service 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 potential requirement are also requested. If a large business, provide if subcontracting opportunities exist for small business concerns. The government is not responsible for locating or securing any information, not identified in the response. Interested Contractors must respond with capability statements in person, by e-mail, fax, mail or other delivery method before 5:00 pm (Central Standard Time - Local Prevailing Time in Jefferson, Arkansas) on December 12, 2016 to Timothy.Walbert@fda.hhs.gov, Fax (870) 543-7990, or mail to the U. S. Food and Drug Administration, OO/OFBA/OAGS/DAP, Attention of Timothy Walbert, 3900 NCTR Road, Building 50, Room 426, Jefferson, AR 72079-9502 and reference: FDA_17_223_SOL_1176931. 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 published in Federal Business Opportunities (FedBizOpps) website. However, responses to this notice will not be considered adequate responses to a solicitation. Confidential and Proprietary Information No proprietary, classified, confidential, or sensitive information should be included in a respondent's submission. The Government reserves the right to use any non-proprietary technical information in any subsequent solicitation(s).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/FDA_17_223_SOL_1176931/listing.html)
- Place of Performance
- Address: U.S. FDA, National Center for Toxicological Research, 3900 NCTR Road, Jefferson, Arkansas, 72079, United States
- Zip Code: 72079
- Zip Code: 72079
- Record
- SN04340311-W 20161203/161201234224-ab0c3de39970230fd3e8d9c65324c994 (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 |