Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 13, 2015 FBO #5133
SOURCES SOUGHT

J -- Preventative Maintenance for four (4) exisitng AB Sciex Mass Spectrometer (MS) systems

Notice Date
12/11/2015
 
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 - Rockville, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001, United States
 
ZIP Code
20857-0001
 
Solicitation Number
FDASS1160529
 
Archive Date
1/2/2016
 
Point of Contact
Howard S. Yablon, Phone: 2404027630
 
E-Mail Address
howard.yablon@fda.hhs.gov
(howard.yablon@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought: Small Business This is a Small Business Sources Sought notice. This is not a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small business; HUBZone small businesses; service-disabled veteran owned small businesses; 8(a) or small disadvantaged businesses; women-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North America Industry Classification System (NAICS) code for the proposed acquisition (811219, Other Electronic and Precision Equipment Repair and Maintenance, Size Standard: $20.5 million dollars). Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization is not considered a small business under the applicable NAICS code should not submit a response to this notice. BACKGROUND The Food and Drug Administration (FDA) CVM Division use four (4) AB Sciex Instrument Brand Mass Spectrometer (MS) systems located at the FDA's location in Laurel, MD 20707.  Two (2), AB Sciex MS, 4000 QTrap  Two (2), AB Sciex API 4000 PURPOSE AND OBJECTIVES The purpose and objectives of this potential requirement is to procure a one (1) year preventative maintenance service contract plus four (4) one year option periods for the four (4) existing AB Sciex Mass Spectrometer (MS) systems The Service Maintenance Agreement shall include the following: 1. One (1) preventative maintenance inspection and service shall be performed during the 12 month period with all travel, labor and parts included. At a minimum, the preventative maintenance service shall include the following:  Routine preventative maintenance of the instruments  Calibrate instruments to meet manufacture's specifications  Electrical safety testing  Oil change on roughing pump  Clean front end of the mass spectrometer (vented)  Replacement of air filters and rebuilding of the source  Retune/optimize resolutions  Any other preventative maintenance measures deemed necessary by the vendor  The preventative maintenance inspection and service must occur within the month of September. 2. Upon the on-site visit, the contractor shall assess the scientific equipment and determine if the repairs needed to the scientific equipment are covered under the preventative maintenance service. If the repairs are not covered under the preventative maintenance service and are deemed necessary to complete the preventative maintenance service, the contractor shall submit a quote to the Government for review, and approval or negotiation, which shall include travel costs, parts costs and labor costs. Repairs shall not be initiative by the contractor unless the Contract Specialist or Contracting Officers' Representative has given the vendor proper authorization. Contractor may be required to return to complete the preventative maintenance service after necessary repairs are completed.  For repairs up to $2,500, not covered by the Preventative Maintenance service, the Government shall pay the vendor (with proper Government approvals) with a Government Purchase Card  For repairs over $2,500, not covered by the Preventative Maintenance service,, the Government will issue a Purchase Order for the repairs or utilize an existing IDIQ contract. 3. Service must be provided by service engineers who are trained and certified by the original manufacturer of this instrument, or able to demonstrate a proven record of success in servicing Sciex instruments. Service engineers shall have access to the manufacturer's latest technical developments, repair procedures, application updates, and diagnostic software and planned maintenance procedures. 4. One year warranty on parts and labor for any repairs completed and for work completed during the preventative maintenance service.. 5. Service Records and Reports: The vendor shall, commensurate with the completion of each service call, provide the end user of the equipment with a copy of the 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 descriptions 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 informational purposes, onsite hours expended and parts/components replaced. ANTICIPATED PERIOD OF PERFORMANCE Base Year: 9/01/2016-8/31/2017 Option Year 1: 9/01/2017-8/31/2018 Option Year 2: 9/01/2018-8/31/2019 Option Year 3: 9/01/2019-8/31/2020 Option Year 4: 9/01/2020-8/31/2021 CAPABILITY STATEMENT/INFORMATION SOUGHT The FDA is requesting interested qualified small businesses to provide a capability statement showing their ability and willingness to complete this requirement electronically to Howard Yablon at howard.yablon@fda.hhs.gov in a commonly used format such as Microsoft Word or pdf. The capability statement shall be no more than five pages long excluding the cover page and table of contents. The FDA will be determining capability based on the ability to supply the above service maintenance as delineated above. Interested eligible small businesses shall also include company information to determine eligibility, including their contact information, DUNS number and size and business type (e.g. 8(a), HUBZONE, etc.) based on the applicable NAICS code for the proposed acquisition (811219, Other Electronic and Precision Equipment Repair and Maintenance, Size Standard: $ 20.5 million dollars). Potential offerors have until 3:00 PM ET, Friday, December 18, 2015 to respond to the FDA. 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 any 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 Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. CONFIDENTIALITY No propriety, 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/DCASC/FDASS1160529/listing.html)
 
Record
SN03967504-W 20151213/151211234039-7f5b6b0145c3a826779e9d1f011354c6 (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.