Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 31, 2013 FBO #4145
SOURCES SOUGHT

J -- Elevator Maintenance

Notice Date
3/29/2013
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 3900 NCTR Road, HFT-320, Bldg 50 | Rm 421, Jefferson, Arkansas, 72079, United States
 
ZIP Code
72079
 
Solicitation Number
FDA1116851
 
Archive Date
4/10/2013
 
Point of Contact
Nicholas E Sartain, Phone: 870-543-7370
 
E-Mail Address
nick.sartain@fda.hhs.gov
(nick.sartain@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 National Center for Toxicological and Research (NCTR) requirement for service/maintenance on two (2) Otis passenger elevators. The FDA is seeking business sources to determine the availability and capability of small business manufacturers or small businesses capable of providing the required service, including total small businesses, service-disabled veteran-owned small businesses, HUBZone small businesses, 8(a) certified companies. 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- 811310- Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance; Small Business Size Standard is $7.0 Million. The FDA/NCTR requires a service/maintenance agreement on two (2) Otis passenger elevators that will soon come off of the OEM warranty. The elevators are located within a 7 story office building with stops on each floor. • The contract shall provide full maintenance to provide all plant, labor, materials, equipment, supplies, testing, and supervision required to inspect, service, test, repair, and maintain elevators. The contractor shall meet the following performance requirements: • Shall include a minimum of one (1) planned preventative maintenance visit per contract period or more frequent per OEM recommendations; • Unlimited on-site service and/or repair visits; • The contractor shall perform all necessary repair service or otherwise correct any material reproducible failure or malfunction if it represents a substantial nonconformity with the OEM current published specifications for the equipment and the government determines and notifies the contractor that such error or malfunction substantially interferes with the normal use of the instrument; • OEM-Certified maintenance and repair technicians shall perform all preventative maintenance, service and repairs; • Preventative maintenance, service and repairs shall include all labor, travel, and OEM factory-certified replacement parts, components, subassemblies, etc. (except consumables); • Unlimited phone and email support from 8am to 5pm local time Monday through Friday (excluding Holidays); • On-site support shall be supplied within two business days of service call and shall be accomplished during local business hours. Emergency service such as a person stuck in an elevator shall be supplied within two (2) hours; • Absolute adherence to and conformity with Original Equipment Manufacturer (OEM) specifications, manuals, bulletins, etc. in performing all preventative maintenance, services, and repairs; • System software support and updates that are needed for reliability improvements and correction of any defects. • The Contractor shall maintain the elevators to meet the manufacturer's design performance levels. • The Contractor shall maintain the elevators to provide a comfortable elevator ride with smooth acceleration, retardation and soft stop. • Remote monitoring of elevators via phone to contractor's facility 24 hours/day 7 days a week. • 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 Contracting Officer 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 3900 NCTR Road Building 50 Jefferson, AR 72079 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 businesses 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; • Sufficient descriptive literature that unequivocally demonstrates that offered services meet or exceed above specifications. Include the technical approach and all 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 contractor to meet the requirement. • Documentation to include technical competency, knowledge and access to OEM proprietary systems. • Three (3) years of past performance information for the same or substantially similar services with Otis elevators to include 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 period of performance. • If applicable, identification of the firm's GSA Schedule contract(s) by Schedule number and SINs that are applicable to this potential requirement. • Provide information if any of these performance specifications are too restrictive. No response will be considered that the listed performance requirements are adequate in a competitive environment. • If a large business, identify the subcontracting opportunities that would exist for small business concerns; 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 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 April 9, 2013 by 13:00 hours (Central Time in Jefferson, Arkansas) at the Food and Drug Administration, OO/OFBA/OAGS/DAP, Attn: Nick Sartain, 3900 NCTR Road, HFT-320, Jefferson, AR 72079-9502 or email nick.sartain@fda.hhs.gov. Reference FDA1116851. 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/NCTR/FDA1116851/listing.html)
 
Place of Performance
Address: 3900 NCTR Road, Jefferson, Arkansas, 72079, United States
Zip Code: 72079
 
Record
SN03024188-W 20130331/130329234501-43cc3290d241fe1d82fb9006812a9c5d (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.