SOURCES SOUGHT
J -- Preventive Maintenance/Service Agreement for a Horiba Jobin Yvon RAMAN Confocal Microscope Inclusive of Option Periods
- Notice Date
- 7/31/2013
- 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, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
- ZIP Code
- 20857-0001
- Solicitation Number
- 1120478
- Archive Date
- 8/20/2013
- Point of Contact
- Sondea R Blair, Phone: 8705437469
- E-Mail Address
-
sondea.blair@fda.hhs.gov
(sondea.blair@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 Research (NCTR) requirement for a Preventive Maintenance Service Agreement for a Horiba Jobin Yvon RAMAN Confocal Microscope inclusive of option periods. This sources sought notice is being issued to determine small businesses capable of supplying services that satisfies our requirement. The associated North American Industry Classification System (NAICS) Code is 811219- Other Electronic and Precision Equipment Repair and Maintenance; Small Business Size Standard $19 million in assets. Background: The FDA's, National Center for Toxicological Research (NCTR), Nanotechnology Core Facility requires preventive maintenance/service agreement for a Horiba Jobin Yvon RAMAN Confocal Microscope. The Horiba Jobin Yvon RAMAN Confocal Microscope is essential equipment associated with research involving the separation and detection of nanomaterials. The service plan is needed to ensure continued and uninterrupted operation of the Horiba Jobin Yvon RAMAN Confocal Microscope, serial number 1/524. Requirements: -Minimum of one scheduled preventive maintenance visit annually inclusive of calibration services, parts, travel, and labor expense. -On-site repair service within 48-business hours of request (M-F 8:00-5:00PM EST) inclusive of replacement parts. -Service performed by factory trained and certified representatives. -Factory certified replacement parts. -Software and remote monitoring for instrument failure notifications. -Immediate access to technical applications and application support via telephone and email during normal business hours (M-F 8:00 - 5:00PM EST). Base Contract Period of Performance: 09/01/2013 to 08/31/2014 Option Year One Period of Performance: 09/01/2014 to 08/31/2015 Option Year Two Period of Performance: 09/01/2015 to 08/31/2016 Option Year Three Period of Performance: 09/01/2016 to 08/31/2017 Option Year Four Period of Performance: 09/01/2017 to 08/31/2018 The offeror may provide information on multiple types of service agreements plans available and pricing of each. Place of Performance Work shall be formed on-site at the location of the instrument: US Food and Drug Administration 3900 NCTR Road Jefferson, AR 72079 Responses to this sources sought shall unequivocally demonstrate that the respondent is regularly engaged in the service of same or substantially similar equipment. Though the target audience is small businesses, all interested parties may respond. At a minimum, responses shall include the following: •Business name and bio, 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 again is responding to provide a product manufactured by another firm]. •Past performance information for the manufacture and/or sale of same or substantially similar items to include date of sale, description (should also include drawings and photos), dollar value, client name, client address, client 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 name of the manufacturer (to include DUNS number and size status) if not the respondent. •Descriptive literature, brochures, marketing material, etc. detailing the nature of the items the responding firm is regularly engaged in manufacturing and/or selling. •If applicable, identification of the firm's GSA Schedule contract(s) by Schedule number and SINs that are applicable to this potential requirement are also requested. • If a large business, provide if subcontracting opportunities exist for small business concerns. The government is not responsible for locating or securing any information, not identified in the response. Interested Contractors 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 August 5, 2013 by 09:00 hours (Central Standard Time in Jefferson, Arkansas) at the Food and Drug Administration, Field Operations Branch, FDA|OO|OFBA|OAGS|DAP, Attn: Sondea Blair, 3900 NCTR Road, HFT-320, Bldg 50, Rm 421, Jefferson, AR 72079-9502 or email sondea.blair@fda.hhs.gov. Reference FDA 1117227. 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). Additional Notes: If the stated requirements appear restrictive, please submit comments detailing the concern. Though this is not a request for quote, informational pricing is encouraged.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/1120478/listing.html)
- Place of Performance
- Address: US Food and Drug Administraion, National Center for Toxicological Research, 3900 NCTR Road, Jefferson, Arkansas, 72079, United States
- Zip Code: 72079
- Zip Code: 72079
- Record
- SN03132892-W 20130802/130731235747-25e24e1e06c9920298622e002201a9f7 (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 |