SOURCES SOUGHT
J -- Maintenance Agreement for In Vivo Imaging System - Sources Sought Notification
- Notice Date
- 2/4/2014
- 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
- FDA_14-223-SOL-1130112
- Archive Date
- 2/26/2014
- 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
- Sources Sought Notification for a Maintenance Agreement for an In Vivo Imaging System THIS IS A SOURCES SOUGHT ANNOUNCEMENT, A MARKET SURVEY FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. NO TELEPHONE CALLS WILL BE ACCEPTED REQUESTING AN RFQ PACKAGE OR SOLICITATION. THERE IS NO RFQ PACKAGE OR SOLICITATION. IN ORDER TO PROTECT THE PROCUREMENT INTEGRITY OF ANY FUTURE PROCUREMENT, IF ANY, THAT MAY ARISE FROM THIS ANNOUNCEMENT, INFORMATION REGARDING THE TECHNICAL POINT OF CONTACT WILL NOT BE GIVEN AND NO APPOINTMENTS FOR PRESENTATIONS WILL BE MADE. The U.S. Food and Drug Administration (FDA), National Center for Toxicological Research (NCTR) has issued this sources sought announcement in order to determine if there are existing small business sources capable of providing preventive maintenance and technical support services on a In Vivo Imaging System (IVIS) 200 System (Serial Number: IS1124N5910). If your firm is considered a small business source under North American Industry Classification System (NAICS) Code is 811219 - Other Electronic and Precision Equipment Repair and Maintenance; with a Small Business Size Standard of $19.0 Million, and believe that your firm would be able to provide the FDA with the services described below, please submit an email to Yolanda.peer@fda.hhs.gov. The vendor should include information about the company, as well demonstrate that it can perform all of the subsequent performance requirements. 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 procured through sole-source acquisition procedures. Background: The Food and Drug Administration (FDA)/Center for Biologics Evaluation and Research (CBER) Laboratory of Emerging Pathogens (LEP) in the Office of Blood Research and Review is the custodian of an instrument that has the capability to capture images of internal light emitting molecules in live rodents while maintaining them under anesthesia. The IVIS 200 is for the use of any scientist at CBER who needs it for their research, thus there are many research programs that are utilizing the in vivo imaging in mission related work. To ensure the continuity of this work, the IVIS 200 must be maintained under a preventive maintenance service contract. *Please note: The equipment is presently under a maintenance agreement with the OEM through Feb 27, 2014 with plans to extend that maintenance agreement by 1-month through Mar 27, 2014. Please be advised that if a solicitation is issued, vendors will be afforded an opportunity to visit and inspect the equipment prior to the quote submission. Minimum Performance Requirements: -The Contractor shall provide one (1) scheduled on-site preventive maintenance per year and repair services shall be inclusive of all labor, travel, parts, components, subassemblies, and etc. - The Contractor's Preventive and Corrective Maintenance shall be performed following OEM specifications, manuals, and service bulletins, using OEM-certified tools and replacement parts, components, subassemblies, etc. -The Contractor shall guarantee priority access to technical support by telephone Monday through Friday during normal business hours - The Contractor shall be capable of providing unlimited Technical Support and Trouble Shooting Assistance (generally accomplished by phone, email, live-chat Interface, etc. within 24-48 hours from initial contact) - The Contractor shall be capable of providing unlimited On-Site Corrective Maintenance/Repairs (On-Site repairs are only necessary in instances where problems cannot be resolved remotely after 2-3 days) Place of Performance: FDA/Center for Biologics Evaluation and Research (CBER) 8800 Rockville Pike, Bldg 29B, Room 5NN08 Bethesda,MD 20892 Responses to this sources sought shall unequivocally demonstrate that the respondent is regularly engaged in the manufacturing and/or sale of same or substantially similar services. Though the target audience is small business contractors or small businesses capable of supplying services from another small business contractor or producer, 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 if responding to provide service offered by another firm]. Past performance information for the manufacture and/or sale of same or substantially similar services to include date of sale, description, 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 service 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 February 11, 2014 by 13:00 hours (Central Time in Jefferson, Arkansas) at the Food and Drug Administration, Field Operations Branch, FDA|OO|OFBA|OAGS|DAP, Attn: Yolanda Peer, 3900 NCTR Road, HFT‐320, Bldg 50, Rm 420 Jefferson, AR 72079‐9502 or email yolanda.peer@fda.hhs.gov. Reference: FDA_14-223-SOL-1130112. 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 for service plans would be helpful.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA_14-223-SOL-1130112/listing.html)
- Place of Performance
- Address: Food and Drug Administration/Center for Biologics Evaluation and Research, 8800 Rockville Pike, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03281306-W 20140206/140204235924-8b22720253300abced9df8c83a4184b6 (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 |