Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2017 FBO #5720
SOURCES SOUGHT

J -- ISO 17025:2005 Lab Balance Calibration and Preventive Maintenance Services - DRAFT SOW

Notice Date
7/20/2017
 
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-17-SS-1186710
 
Archive Date
8/10/2017
 
Point of Contact
Robin Goon, Phone: 301-348-1923
 
E-Mail Address
Robin.Goon@fda.hhs.gov
(Robin.Goon@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
DRAFT SOW ORA Lab Balance PM and Calibration Service THIS IS NOT A REQUEST FOR PROPOSALS/QUOTES - THIS IS A SOURCES SOUGHT NOTICE/REQUEST FOR INFORMATION AND INFORMATION SUBMITTED WILL BE USED FOR MARKET RESEARCH PURPOSES ONLY. This Sources Sought Request for Information (RFI) is for information, planning and market research purposes only and shall not be construed as either a solicitation or obligation on the part of the Food and Drug Administration or its Centers. The purpose of this RFI is to help the FDA understand the industry best practices and technical solutions capable of providing the full range of services described in this RFI and the draft SOW. FDA will use this market research information to assess the market's capability to successfully meet FDA lab balance preventive maintenance and calibration requirements. FDA welcomes responses from all interested small businesses. FDA does not intend to make a selection decision or award a contract on the basis of responses nor otherwise pay for the preparation of any information submitted or FDA's use of such information. Acknowledgment of receipt of responses will not be made, nor will respondents be notified of the outcome of the FDA's review of the information received. Additionally, the FDA does not intend to hold discussions concerning this RFI with any interested parties. However, FDA reserves the right to contact vendors if additional information is required. Overview: The Office of Regulatory Affairs (ORA) laboratory network performs scientific testing on products which are regulated by FDA. To ensure that the testing results are competent and suitable for regulatory purposes, the ORA laboratories are accredited to ISO/IEC 17025:2005 (International Standard for Organization - General requirements for the competence of testing and calibration laboratories) standards. The ISO/IEC 17025:2005 standard requires scientific equipment to be annually calibrated and such calibration procedures are standardized and documented. The purpose of this procurement is to obtain Contractor support to provide calibration and Preventive Maintenance services for Precision and Analytical Balances located at 13 ORA laboratories in the United States. Notice to Small Businesses: The purpose of this Sources Sought Notice is to seek declarations of technical capabilities and various information, data, and materials from qualified small business concerns [including Small Businesses, SBA Certified 8(a) Small Businesses, Woman-owned Small Businesses (WOSB), Historically Underutilized Business Zone (HUBZone), and Service-Disabled Veteran-owned Small Businesses (SDVOSB)]. Food and Drug Administration intends to provide maximum practicable opportunities in its acquisitions to small business, service-disabled veteran-owned small business, HUBZone small business, SBA certified 8(a) small business. It is our intention to award an Indefinite-Delivery/Indefinite-Quantity (IDIQ) with a performance period of one (1) year with four (4) one (1) year options. General Instructions: Responses to the RFI should not exceed 10 pages in length. A complete response to the RFI should include all of the information below. Responses should demonstrate capability, not merely affirm the respondent's capability (e.g.: The response must go beyond the statement that, "XYZ company can provide training support."). Please provide documentation of the size of your business. If you are classified as a small business, Historically Underutilized Business Zone small business, Service Disabled Veteran Owned Small Business, Woman-Owned Small Business and/or SBA 8(a) certified small business. Please provide a capability statement in addition to the other information for acquisition strategy determination. Additionally, please demonstrate your firm's capability to meet the requirements of FAR 52.219-14, Limitations on Subcontracting. Please provide suggested appropriate North American Industry Classification System (NAICS) code and rationale. Please provide the following: a. Organization name b. DUNS number c. Organization's website d. Contact Name e. Contact Telephone f. Contact E-mail address g. Socio-Economic Status designation h. Number of employees in your organization Attachments: 1. Draft SOW See attached DRAFT statement of work (SOW), which is subject to change. Potential offerors responding to this notice are highly encouraged to review the attached DRAFT SOW and provide comments and feedback. The attached document is a Word document and we request potential offerors to use the comments feature to provide their feedback. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. The result of this market research will contribute to determining the method of procurement. All responses are due July 26, 2017 at 5:00 PM and must be emailed to Robin.Goon@fda.hhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-17-SS-1186710/listing.html)
 
Place of Performance
Address: Various ORA labs, See DRAFT SOW for details, United States
 
Record
SN04587609-W 20170722/170720234552-11a25a3192a97ea05689ae9a2be5b198 (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  © 1994-2020, Loren Data Corp.