Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 04, 2018 FBO #6006
SOURCES SOUGHT

J -- PM Service for Edstrom Watchdog V5 Environmental Monitoring

Notice Date
5/2/2018
 
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
1198075
 
Archive Date
5/26/2018
 
Point of Contact
Warren P. Dutter, Phone: 8705437577
 
E-Mail Address
warren.dutter@fda.hhs.gov
(warren.dutter@fda.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
MARKET RESEARCH PURPOSES ONLY NOT A REQUEST FOR PROPOSAL OR SOLICITATION The Food and Drug Administration (FDA) White Oak Consolidated Animal Program (WOC AP) located in Silver Spring, MD requires preventive maintenance and repair services for the Edstrom Watchdog V5 Environmental Monitoring System (EMS). The system is an automated water delivery and environmental quality monitoring system which provides ample potable water to the animals. The FDA is seeking small business sources to determine the availability and capability of small businesses capable of performing preventative maintenance on the items described herein. Other than small business concerns are also encouraged to submit capability statements. The following information is provided to assist the FDA in conducting Market Research to identify potential contractors for this effort: The associated North American Industry Classification System (NAICS) Code is 811219 - Other Electronic and Precision Equipment Repair and Maintenance; Small Business Size Standard is $20.5 Million. Preventive maintenance and repair service for an Edstrom Watchdog V5 EMS configured with the following components as follows, including quantities which are indicated in parentheses: a) Server, HP ML350 QUAD Core G, Serial Number 175775 (Qty: 1) b) Monitor, printer and UPS back-up power supply (Qty: 1 each) c) Environmental Sentry Panel (Qty: 2) d) Sensor Module 4 (Qty: 25) e) Air Flow Module - ESP/Pulse (Qty: 23) f) Differential Pressure Module - ESP/Pulse (Qty: 23) g) Automated Watering System Controller (Qty: 2) h) Advanced Alarm Relay - AAR (Qty: 1) Minimum Performance Requirements: 1. Unlimited repair service visits within 24 hours of notification (for issues that can't be resolved remotely via phone or Internet), Mondays-Fridays (excluding Federal Holidays) between the hours of 7:00 AM-5:00 PM Eastern Time (ET). 2. Two (2) scheduled on-site Preventive Maintenance (PM) visits, consisting of one (1) annual service visit and one (1) interim service visit, per contract year; 3. The first annual service agreement visit shall be completed within 90 days of contract award date for all equipment. 4. The interim Service visit shall be completed approximately (6) months after the first visit. 5. Performance by formally trained and certified technicians/engineers; all repairs and PM services shall be performed according to OEM specifications, manuals, and service bulletins, using OEM replacement parts, components, subassemblies, etc. 6. 24/7 telephone support 7. All labor, travel, replacement parts, components, subassemblies, etc. on covered components is included in the price. 8. Unlimited software and firmware updates. 9. The Contractor shall maintain the Watchdog V5 System to meet the manufacturer's design performance levels. 10. Service Records and Reports - The Contractor shall, commensurate with the completion of each service call or preventative maintenance visit, provide the end-user of the equipment and the Contract Specialist 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. 11. Contractor shall submit a maintenance/repair written report to the Contracting Officer Representative (COR) within 15 days after each preventive maintenance and/or repair service. Place of Performance Work shall be performed on-site at the location of the equipment: FDA WOCAP Vivarium 10903 New Hampshire Ave Bldg 10 Loading Dock 52 Silver Spring, MD 20993 The offeror shall furnish sufficient technical information necessary for the Government to conclusively determine that the offered services meet the technical requirements identified above. 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, DUNS number, business address, business website, 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 if responding to provide a product manufactured by another firm); • Sufficient descriptive literature that unequivocally demonstrates that offered services can meet the above requirements. All descriptive material necessary for the government to determine whether the service/product offered meets the technical requirements including: technical specifications, descriptive material, literature, brochures and other information, which demonstrates the capabilities of the contractor to meet the requirement. • Information on available service/maintenance plans. • Three (3) years of past performance information for the maintenance support in which the offeror has provided same or substantially similar service solutions and used for same or similar OEM equipment as set forth herein. For each past performance reference include the date of sale, description, 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 not the respondent. • The offeror includes documentation of technical competency on the operation and repair of Edstrom Watchdog V5 Environmental Monitoring Systems. Such documentation should include certification from the original equipment manufacturer or other training certificates within the past calendar year. • If applicable, identification of the firm's GSA Schedule contract(s) by Schedule number and SINs that are applicable to this potential requirement. Detailed list of items included and not included on the GSA contract to meet this requirement. • Provide information if any of these specifications are too restrictive. No response will be considered that the listed specifications are adequate in a competitive environment. • If a large business, identify the subcontracting opportunities that would exist for small business concerns; • Standard commercial warranty and payment terms; and • Though this is not a request for quote, informational pricing is encouraged. The government is not responsible for locating or securing any information, not identified in the response. 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. Interested Parties shall respond with capability statements which are due in person, by postal mail or email to the point of contact listed below on or before May 11, 2017 by 1:00 PM (Central Time in Jefferson, Arkansas) to warren.dutter@fda.hhs.gov, or mail to the Food and Drug Administration, OO/OFBA/OAGS/DAP, Attn: Warren Dutter, 3900 NCTR Road, Building 50, Room 417, Jefferson, AR 72079-9502. Reference 1195283. Notice of Intent Responses to this sources sought announcement will assist the Government in determining whether any future requirement similar to this one should be set aside for small business, made available to full and open competition or procure through sole-source 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 pre-solicitation synopsis and solicitation may be published in 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/1198075/listing.html)
 
Place of Performance
Address: 10903 New Hampshire Ave, Bldg 10 Loading Dock 52, Silver Spring, MD 20993, Silver Spring, Maryland, 20993, United States
Zip Code: 20993
 
Record
SN04907945-W 20180504/180502231011-97a9bc493cae65a27a877dd049de23b8 (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.