SOURCES SOUGHT
J -- Post warranty preventive and corrective/remedial maintenance repair service on an Affymetrix GeneChip System 3000 with option years.
- Notice Date
- 5/18/2018
- 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
- 1199908
- Archive Date
- 6/9/2018
- 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), Office of Blood Research and Review requires post warranty preventive and corrective/remedial maintenance repair service on an Affymetrix GeneChip System 3000 with option years. The Office of Blood Research and Review is dependent upon an existing Affymetrix GeneChip System 3000 for a microarray resequencing project on the Ebola virus genome and for the Resequencing Microarray for detection of blood borne pathogens. The projects require fluidics station processing and scanning of GeneChips. To ensure the continuity of this work, a service and support contract is required. 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. The Affymetrix GeneChip System 3000 Processing Equipment (the System) is comprised of a GCS3000 Scanner (S/N 50205140), a Workstation (S/N 67LBF31) and a Fluidics Station (S/N 60102270). This system in currently covered under service contract HHSF223201710363A, but will expire 07/31/2018 Minimum Performance Requirements: 1. One (1) scheduled on-site Preventive Maintenance (PM) visits per contract year; 2. 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. 3. Telephone and email support for the above mentioned instruments. 4. Discount on parts, labor and travel for remedial repairs. Remedial repairs to be billed for time and material rates. Reasonable effort will be made to respond within 2 business days of the service call. 5. 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. Place of Performance Work shall be performed on-site at the location of the equipment: 10903 New Hampshire Ave Bldg. 52/72, Room 4380 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 Affymetrix GeneChip 3000 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 25, 2018 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 1199908 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/1199908/listing.html)
- Place of Performance
- Address: 10903 New Hampshire Ave, Bldg. 52/72, Room 4380, Silver Spring, MD 20993, Silver Spring, Maryland, 20993, United States
- Zip Code: 20993
- Zip Code: 20993
- Record
- SN04927974-W 20180520/180518230527-ccc7bef9594924b39fe4ab00927dfe96 (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 |