Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 21, 2011 FBO #3618
SOURCES SOUGHT

J -- Provue Hematology Analyzer - Sources Sought for Provue Hematology Analyzer

Notice Date
10/19/2011
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Combat Command, 633 CONS, 74 Nealy Avenue, Suite 100, Langley AFB, Virginia, 23665, United States
 
ZIP Code
23665
 
Solicitation Number
633MDGJBLEPMA
 
Archive Date
11/18/2011
 
Point of Contact
Sylvia Williams, Phone: 7572259973, Marietta S. Fry, Phone: 757-764-7483
 
E-Mail Address
sylvia.williams@langley.af.mil, marietta.fry@langley.af.mil
(sylvia.williams@langley.af.mil, marietta.fry@langley.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The Government is in search of a Preventative Maintenance Agreement for Provue Hematology Analyzer. Please see attached sources sought. THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. This is not a solicitation, but market research to determine potential sources to provide preventive maintenance, calibration, and repairs for one (1) PROVUE HEMATOLOGY ANALYZER, serial number 0570003721 at 633d Medical Group (Medical Treatment Center (MTF), Langley AFB, VA. The contractor shall furnish all labor, tools, parts, materials, facilities, and transportation necessary to provide preventive maintenance, calibration, and repairs. The contractor shall provide all labor necessary to perform calibration, installation of replacement parts, other servicing of equipment, and travel time shall be included to maintain the system and ancillary equipment. The contractor shall provide one (1) PMI per year. The PMI shall be performed annually during the month of June. PMI service shall be performed to ensure that the equipment performs in accordance with manufacturer's conformance standards. PM services shall, as a minimum, include the system services at the frequencies recommended by the original equipment manufacturer (OEM). The PM system services must include, but are not to be limited to: Clean the equipment; Calibrate and lubricating the equipment; Perform remedial maintenance of a non-emergency nature, test and replace faulty and worn parts and/or parts which are likely to become faulty, fail, or become worn before the next PMI. This will be at no additional cost to the government; Inspect for wear and fraying, and replacing where necessary, electrical wiring, cables, high voltage cables, bushings and dielectric, as necessary; Measure, adjust and calibrate as necessary for optimal image quality; Inspect and replacing where indicated, all mechanical components including, but not limited to, patient restraints and support devices; cables and mounting hardware; chains, belts, bearings and tracks; interlocks, clutches, motors, and keyboards for mechanical integrity, safety, and performance; Inspect output devices, e.g. monitors, laser imagers, cameras and processors. Calibrate or recommend calibration, if appropriate; Consult with the equipment operator(s) regarding equipment performance; Return the equipment to the operating condition defined by the original equipment manufacturer's specifications; and provide service report of services performed. The contractor shall provide all parts, services, manuals, tools, instrumentation, or software required to successfully complete scheduled PMIs. The contractor shall provide one calibration per year, with the calibration occurring at the same time as the PMI. Additional calibration of the system may be scheduled and performed more frequently in the event of a remedial service call, which requires a major component change. The contractor shall respond to all intervening service calls between scheduled PMI's and calibrations. The NAICS code for this requirement is 811219. This sources sought synopsis neither constitutes a Request for Proposal (RFP), nor does it restrict the Government to an ultimate acquisition approach. This synopsis should not be construed as a commitment by the Government for any purpose. Interested sources should respond to this synopsis by submitting (1) name, address, and phone number of the firm (including CAGE code); (2) size status; (3) provide literature (qualification package) that describes their product technical capabilities; their understanding of preventative maintenance services requirements and their experience including support and training. The Government will assess prospective sources' potential based on the qualification packages provided. Firms should indicate whether they are a large business, small business, small disadvantaged business, 8(a) concern, and woman-owned small business, whether they qualify as socially or economically disadvantaged, and whether they are a U.S. or foreign-owned firm. Please note that FEDBIZOPPS will be the primary source of information for this acquisition. Interested parties should check FEDBIZOPPS for updates frequently. Please direct any questions on this announcement to Sylvia Williams, contract specialist, via email, sylvia.williams@langley.af.mil, or 74 Nealy Ave, Langley AFB, VA, or call telephone no. 757-225-9973. Responses must be received no later than 12:00 noon, EST, on Monday, October 31, 2011 to be considered. Potential Offerors are cautioned that this synopsis is for information and planning purposes only, and does not constitute a Request for Proposal (RFP) nor does its issuance restricts the Government as to the ultimate acquisition approach. The Government will not reimburse the contractor for any costs associated with preparing or substituting a response to this notice. It is anticipated that a solicitation will be issued on/about 3 October 2011 and will be posted on FedBiz Opps.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/1CONS/633MDGJBLEPMA/listing.html)
 
Place of Performance
Address: Hampton, Virginia, 23665, United States
Zip Code: 23665
 
Record
SN02609696-W 20111021/111019234428-6da53f02305ef71973bf3b20e5926703 (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.