SOURCES SOUGHT
J -- Service Agreement on Stainless Steel Exposure Modules
- Notice Date
- 4/18/2013
- 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, 3900 NCTR Road, HFT-320, Bldg 50 | Rm 421, Jefferson, Arkansas, 72079, United States
- ZIP Code
- 72079
- Solicitation Number
- FDA1117211
- Archive Date
- 5/1/2013
- 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 a service agreement on seven (7) Vitrocell 6/4 CF Stainless Steel (SS) Exposure Modules which hold four 35mm petri dishes and accessory components and six (6) Vitrocell 6/4 CF Stainless Steel Exposure Modules for 6-well sized inserts and accessory components. The FDA is seeking small businesses capable of performing maintenance on the stainless steel exposure modules identified 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 $19.0 million. The FDA/NCTR requires a service agreement on Seven Vitrocell 6/4 CF Stainless Steel (SS) Exposure Modules which hold four 35mm petri dish inserts and accessory components and six Vitrocell 6/4 CF Stainless Steel (SS) Exposure Modules for 6-well sized inserts and accessory components used on projects exposing AMES test bacteria cultures, and cell cultures used in the Micronucleus (MN) assay, Mouse Lymphoma assay (MLA) and a 3D human airway model to tobacco smoke generated by a Jaeger-Baumgartner 30-port Cigarette Smoking Machine. Performance requirements: The service agreement will include the following: • Seven Vitrocell 6/4 CF Stainless Steel (SS) Exposure Modules which hold four 35mm petri dish inserts and accessory components including: o six dilution systems, o one clean air distribution system, o one 2m3/h performance vacuum Pump, o twenty-eight 0-150mL vacuum calibration valves, o four 0-20mL/min vacuum flow whole smoke mass meters, o four 0-200mL/min vacuum flow gas phase mass flow meters, o one Vitrocell rack system which connects up to 7 modules, o six microbalance sensors for 6/4 CF SS Module for PETRI dishes, o six mass flow SS controllers with a range of 0-10L/min and o One controller for up to 8 microbalance sensors (PC included). • Six Vitrocell 6/4 CF Stainless Steel (SS) Exposure Modules for 6-well sized inserts and accessory components including: o five dilution systems o one clean air distribution system o one 2m3/h performance vacuum Pump o one high performance water bath with pumping function o twenty-eight 0-150mL vacuum calibration valves, o four 0-20mL/min vacuum flow whole smoke mass meters o one 0-15mL/min mass flow meter for dilution air o twenty Vitrocell media reduction units for 6/4 CF SS modules o five mass flow SS controllers with range of 0-10L/min, o one Vitrocell rack system o five micrpbalance sensors for 6/4 CF SS Modules o controller for up to 8 microbalance sensors (PC included). The contractor shall meet the following performance requirements: • Service Agreement to include complete exposure system with one scheduled preventative maintenance visit per contract year which includes two (2) on-site days. - Unlimited phone and email support including application support. - Remote service report via internet. - OEM-Certified maintenance and repair technicians shall perform all preventative maintenance; - Absolute adherence to and conformity with Original Equipment Manufacturer (OEM) specifications, manuals, bulletins, etc. in performing all preventative maintenance; - Preventative maintenance shall include all labor, travel, and OEM factory-certified replacement parts, components, subassemblies, etc. (except consumables; - System software, firmware and hardware support and updates that are needed for reliability improvements and correction of any defects; - 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 53A, Room 225 Jefferson, AR 72079 The offeror shall furnish sufficient technical information necessary for the Government to conclusively determine that the offered products/services and components 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 meet or exceed above specifications. 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. • Provide technical approach on how the requirement will be accomplished. • Three (3) years of past performance information for the sale of same or substantially similar services to include period of performance, 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, and client point of contact email address. • 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 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; 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 performance 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 29, 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 FDA1117211. 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/FDA1117211/listing.html)
- Place of Performance
- Address: 3900 NCTR Road, Jefferson, Arkansas, 72079, United States
- Zip Code: 72079
- Zip Code: 72079
- Record
- SN03039851-W 20130420/130418234257-3975b02f6a336309ae2e423d3555dae3 (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 |