SOURCES SOUGHT
J -- Service agreement on two PharosFX Scanners
- Notice Date
- 4/10/2014
- 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, 3900 NCTR Road, HFT-320, Bldg 50 | Rm 421, Jefferson, Arkansas, 72079, United States
- ZIP Code
- 72079
- Solicitation Number
- FDA1132368
- Archive Date
- 4/29/2014
- 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 Research (NCTR) requirement for corrective/remedial maintenance repair service on two PharosFX Scanner systems. The FDA is seeking small business sources to determine their availability and capability in providing the required services. 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. Service shall include the following system/components: - PharosFX Scanner systems serial numbers 448BR1029 and 448BR1070. The two systems are covered under a service contract with Bio-Rad Laboratories which ends on 6/18/14.. PharosFX serial number 448BR1029 is currently off-site at the Contractor's site for repair and the Government currently has a loaner instrument. *Potential offerors will be afforded the opportunity to inspect the systems under any resultant solicitation. The contractor shall meet the following performance requirements: 1. Shall include unlimited corrective/remedial maintenance visits within five (5) business days of call for service. Shall provide a plan of action within 8 business hours of call for service.. 2. Shall include unlimited technical support, Mondays - Fridays (excluding Federal Holidays) during contractor's normal business hours, initial response within 8 business hours of contact for assistance (e.g., telephone-based, email-based, website-based, etc.) 3. Contractor shall provide loaner instrument if equipment is moved off-site for repair. 4. Shall include PharosFX software revisions and firmware updates. 5. Absolute adherence to and conformity with Original Equipment Manufacturer (OEM) specifications, manuals, bulletins, etc. in performing all repair services. 6. Pricing shall be inclusive of labor, travel, replacement parts, components, subassemblies, etc. 7. Deliverables: 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 Work shall be formed on-site at the location of the instrument: 3900 NCTR Road Jefferson, AR 72079 Respondents shall furnish sufficient past performance and technical information necessary for the Government to conclusively determine that the respondent is qualified and capable to perform the services and otherwise able to meet all the performance requirements herein. 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; • Three (3) years of past performance information for the service and repair of the same or substantially similar systems 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. • 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. • Technical competency, knowledge and access to OEM proprietary systems. • If not the OEM, demonstrated and verifiable prior experience providing the same or near-same maintenance, repair, and support activities for the OEM's equipment to include a verifiable established supply chain with that OEM for specifications, manuals, bulletins, software and firmware updates, parts, components, subassemblies, etc. • If applicable, identification of the firm's GSA Schedule contract(s) by Schedule number and SINs that are applicable to this potential requirement. • If a large business, identify subcontracting opportunities that would exist for small business concerns, if any; and • Though this is not a request for quote, informational pricing is encouraged. The offeror may provide information on multiple types of service agreements plans available and pricing of each. 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 21, 2014 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 FDA1132368. 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/FDA1132368/listing.html)
- Place of Performance
- Address: 3900 NCTR Road, Jefferson, Arkansas, 72079, United States
- Zip Code: 72079
- Zip Code: 72079
- Record
- SN03335214-W 20140412/140410234724-e08f7ef557219a9896a4fbcbe44c7a68 (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 |