Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 21, 2012 FBO #4015
SOURCES SOUGHT

J -- Annual Maintenance agreement for a Waters Corporation Acquity H-Class System w/Xevo TQ-s and NanoAcquity UPLC System with Synapt G2 QTof

Notice Date
11/19/2012
 
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, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
1112930
 
Archive Date
12/12/2012
 
Point of Contact
Yolanda T. Peer, Phone: 8705437479
 
E-Mail Address
yolanda.peer@fda.hhs.gov
(yolanda.peer@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
MARKET RESEARCH PURPOSES ONLY NOT A REQUEST FOR PROPOSAL OR SOLICITATION The U.S. Food and Drug Administration (FDA), is conducting market research to support the Center for Biologics Evaluation and Research (CBER) requirement for an Annual Maintenance agreement for a Waters Corporation Acquity H-Class System w/Xevo TQ-s and NanoAcquity UPLC System with Synapt G2 QTof. The FDA is seeking business sources, including small businesses, service-disabled veteran-owned small businesses, HUBZone small businesses, 8(a) certified companies and other than small businesses. The associated North American Industry Classification System (NAICS) Code is- 811219- Other Electronic and Precision Equipment Repair and Maintenance; Small Business Size Standard is $19 million. The following information is provided to assist the FDA in conducting Market Research to identify potential contractors for this effort: The government is seeking capability statements from businesses capable of performing maintenance and meeting the below performance requirements for a Waters Corporation Acquity H-Class System w/Xevo TQ-s (Serial Number: WAA203) and NanoAcquity UPLC System with Synapt G2 QTof (Serial Numbers: J09NPB678N, J09NPB680N, J09NPS601M and UCA159) including associated computers, software and vacuum pumps: The contractor shall meet the following performance requirements: • Original Equipment Manufacturer (OEM) trained and certified service engineer technicians. • Access to Waters Corporation service bulletins, technical information, hardware, software and firmware updates/upgrades. • Unlimited phone and email technical support, all parts and labor required to repair any instrument malfunctions, including those related to computer software/hardware, liquid chromatography during Government hours of operation, Monday-Friday, excluding Federal Holidays. • At least one annual preventative maintenance (PM) visit. Annual PM must include instrument cleaning and calibration and must include a performance maintenance kit for each piece of equipment, using OEM parts. • On completion of repairs and annual PM, the instrument must meet all OEM instrument specifications. • Response to request for repairs within 2 working days, and on-site service work completed within 7 working days. • Maintenance pricing shall be inclusive of all labor, travel, parts, maintenance kits and hardware/software firmware updates/upgrades for a base period of one-year and three 1-year option periods. All parts, labor, onsite service, travel charges, and annual preventive maintenance must be included. Respondents may provide information on multiple types of service agreement plans available and pricing of each. Place of Performance Work shall be formed on-site at the location of the instrument: NIH Campus N29A 1D20 8800 Rockville Pike Bethesda, MD 20892 Respondents shall furnish sufficient technical information necessary for the Government to conclusively determine that they are capable of meeting the technical requirements identified above. Firms believing they can meet the requirements are encouraged to respond electronically with no less than the following information: • 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; • Sufficient descriptive literature that unequivocally demonstrates that offered services will meet or exceed above specifications. • Descriptive material necessary for the government to determine whether the service offered meets the technical requirements including: technical specifications, descriptive material, literature, brochures and other information, which demonstrates the capabilities of the respondent to meet the requirement. Indicate whether the organization is the manufacturer of the items or authorized maintenance provider. • Documentation of service engineer/technician technical competency on the operation and repair of the Waters Corporation Acquity H-Class System w/Xevo TQ-s and NanoAcquity UPLC System with Synapt G2 QTof. • List of current and past experience servicing the Waters Corporation Acquity H-Class System w/Xevo TQ-s and NanoAcquity UPLC System with Synapt G2 QTof and contact information on at least two references the respondent has provided similar services within the last two years. Name, telephone number, email address, contract number and description of services with dollar amount. • Ability to obtain OEM service bulletins and other technical information as well as ability to accomplish hardware, firmware, and software upgrades/updates. • If applicable, identification of the firm's GSA Schedule contract(s) by Schedule number and SINs that are applicable to this requirement. • If a large business, provide if subcontracting opportunities exist for small business concerns. • 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. Interested Parties must respond with capability statements which are due in person, by postal mail or email to the point of contact listed below on or before November 27, 2012 by 13:00 hours (Central Time in Jefferson, Arkansas) at the Food and Drug Administration, OC/OA/OAGS, Attn: Yolanda Peer, 3900 NCTR Road, HFT-320, Jefferson, AR 72079-9502 or email yolanda.peer@fda.hhs.gov. Reference 1112930. Notice of Intent Responses to this sources sought announcement will assist the Government in determining whether or not 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/DCASC/1112930/listing.html)
 
Place of Performance
Address: NIH Campus, N29A 1D20, 8800 Rockville Pike, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02933916-W 20121121/121119234653-ff1ba6d829f4edf2d4a4f5e8644973cd (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.