SOURCES SOUGHT
J -- Annual Maintenance Plan (AB Genetic Analyzers)
- Notice Date
- 12/21/2012
- 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
- FDA1112388
- Archive Date
- 1/12/2013
- Point of Contact
- James "Scott" Rawls, Phone: 8705437540
- E-Mail Address
-
james.rawls@fda.hhs.gov
(james.rawls@fda.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Responses to this sources sought announcement will assist the Government in determining whether or not any future requirement(s) similar to this one should be set aside for small business or made available to full and open competition. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. The associated North American Industry Classification System (NAICS) Code is 811219 - Other Electronic and Precision Equipment Repair and Maintenance; Small Business Size Standard is $19.0 in millions of dollars. Scientists at the Food and Drug Administration (FDA) Center for Biologics Evaluation and Research (CBER), Facility for Biotechnology Resources (FBR), are engaging in many aspects of biomedical research and conducting product reviews relevant to food and drug efficacy and safety. Deoxyribonucleic Acid (DNA) manipulations including Polymerase Chain Reaction (PCR) amplification of gene fragments, vector construction for gene expression, and mutagenesis of gene sequences are some of the routine tasks undertaken at CBER on a daily basis. These activities provide critical information for the identification of viral strains involved in seasonal flu, viruses or microorganisms causing diseases, or mutations that are responsible for certain phenotypes threatening the health and well being of humans. Most of these DNA manipulations require sequence confirmation via DNA sequencing. Staff at FBR assists scientists in DNA sequencing endeavors using two Applied Biosystem's (AB) genetic analyzers, models 3130 and 3500. These two instruments are used almost every day to serve the needs of CBER scientists' research projects. Both instruments produce valuable sequence information that allows scientists to bring their project to the next level or to modify experimental strategies for improvement. To ensure this high-volume work, annual preventive maintenance (PM) and timely repairs of these analyzers are required. The establishment of a PM agreement with a vendor that has knowledge of hardware and software and spare parts for these instruments, as well as technical expertise in problem diagnosis and instrument repair, is therefore required. Statement of Work (SOW)/Performance Work Statement (PWS): The FDA is soliciting quotes for a PM Agreement in support of the following two AB Genetic Analyzers: • AB 3500xL (serial # 22315-080) • AB 3130-16 (serial # 17214-012) The PM Agreement is for a one (1)-year base period, plus three (3) one (1)-year option periods for each analyzer-to include the following: • Maintenance, support, and repair expertise with Genetic Analyzer hardware and software (specific expertise with AB 3130 and 3500 models preferred) • One pre-scheduled on-site PM and diagnostic servicing visit for each Genetic Analyzer performed by an OEM-certified field services technician; replace parts as necessary to maintain the equipment in conformity with factory and lab testing specifications • Manufacturer's approved parts • Technician travel • Labor • Priority for emergency on-site repair services (4-hour phone response, 48-hour on-site response preferred) • Software and firmware updates • Standard commercial warranty on parts and workmanship • Unlimited priority telephone/e-mail technical support Monday through Friday (normal operating hours - holidays excluded) Interested Contractors must respond with capability statements to include information regarding the following: (a) staff expertise, including their availability, experience, and formal and other training/certifications; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) examples of prior completed Government contracts, references, and other related information. References provided should be within the last three (3) years. Potential contractors must indicate DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HUBZone, etc) pursuant to the applicable NAICS code. Capability statements are due in person, by postal mail or email to the point of contact listed below on or before December 28, 2012, by 12:00 hours (Central Standard Time in Jefferson, Arkansas), at the Food and Drug Administration, Office of Acquisitions & Grants Services, Attn: James "Scott" Rawls, 3900 NCTR Road, HFT-320, Jefferson, AR 72079-9502 or email james.rawls@fda.hhs.gov. Reference FDA1112388. 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 Federal Business Opportunities. 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/FDA1112388/listing.html)
- Record
- SN02954538-W 20121223/121221234730-c2822340cd79374f0da12660e5cc38af (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 |