Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 16, 2018 FBO #6110
SOURCES SOUGHT

J -- Medical and Laboratory Equipment Maintenance & Repairs - Sources Sought

Notice Date
8/14/2018
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Army, U.S. Army Medical Research Acquisition Activity, U.S. Army Medical Research Acquisition Activity, Attn: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014, Maryland, 21702-5014, United States
 
ZIP Code
21702-5014
 
Solicitation Number
W81XWH18SN0007
 
Archive Date
9/8/2018
 
Point of Contact
Susan E. Ruzicka, Phone: 3016198802
 
E-Mail Address
susan.e.ruzicka2.civ@mail.mil
(susan.e.ruzicka2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Equipment List for US Army Institute for Surgical Research Equipment List for US Army Medical Research Institute for Chemical Defense Draft Performance Work Statement Sources Sought Notice Details The US Army Medical Research Acquisition Activity is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for performing preventative maintenance and repairs on medical and laboratory equipment. The intention is to procure these services on a competitive basis. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. DISCLAIMER "THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A "REQUEST FOR PROPOSAL (RFP)" TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT." REQUIRED CAPABILITIES The Contractor shall provide routine preventative maintenance and repair services in support of the laboratories located at USAISR, USACEHR and USAMRICD. Repairs could be considered non-urgent, urgent or emergency requiring expedited response times and repair turnaround times. Further detail is provided in the draft Performance Work Statement (PWS) (Attachment 1) and equipment lists (Attachments 2 and 3) attached to this announcement. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Responses to the following questions based on business type: A. For Original Equipment Manufacturers (OEM), please provide a response to the following questions for your brand's equipment only: 1) How are maintenance and repair services managed? For example, is maintenance and repair based on all-inclusive service plans, or is it based on a separation of services and parts? If the structure is based on separate areas of work, how do you customarily break out the billing structure? 2) Does your company certify non-OEM service providers to repair and maintain equipment? If you do, can you provide a list authorized service resellers or providers? 3) How does your company generally bill for, or invoice for, repairs and maintenance on customer equipment understanding that the Government cannot pay in advance services performed? 4) Does your company allow a third-party to establish maintenance and repair services on behalf of equipment owners? 5) In reviewing the attached equipment list, are there any pieces of equipment that your company no longer provides maintenance and repair support? 6) How does your company track or record service/repair requests from customers and how do you ensure that the proper repairs were made in a timely manner? 7) What do you provide your customers at the end of a service request to show that work was completed? 8) Does your company subcontract with another company to provide services? If your company utilizes subcontractor support (OEM or otherwise), can you provide the percentage of work performed by subcontractors? 9) If your company has a GSA contract for maintenance and repairs of equipment are there limitations as to the types of equipment covered? B. For Non-OEMS, please provide a response to the following questions for your company's maintenance and repair processes: 1) Does your company have authorization or licenses from OEM's to provide or arrange for maintenance and repair services to customer's equipment? 2) Please review the workbook attached to this email and respond with a list of which OEM's you can arrange for maintenance and repair services and which ones you cannot. 3) Does your company employ OEM certified repair technicians or would you subcontract with another company to provide services? If your company utilizes subcontractor support (OEM or otherwise), can you provide the percentage of work performed by subcontractors? 4) If your company provides general repair services, please review the workbook and provide a list of the types of equipment your company can provide repair and maintenance services. 5) How does your company generally bill for, or invoice for, repairs and maintenance on customer equipment understanding that the Government cannot pay in advance services performed? 6) How does your company establish services for the equipment? Do you secure maintenance and repair plans with each OEM for each piece of equipment, or do you only call the OEM for services on an Ad-Hoc basis? 7) How does your company track or record service/repair requests from customers and how do you ensure that the proper repairs were made in a timely manner? 8) What do you provide your customers at the end of a service request to show that work was completed? 9) If your company has a GSA contract for maintenance and repairs of equipment are there limitations as to the types of equipment covered? The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. ELIGIBILITY The applicable NAICS code for this requirement is 811219 with a Small Business Size Standard of $20.5 Million. The Product Service Code is J066. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. The estimated period of performance consists of one base year and two one-year option periods. Specifics regarding the number of option periods will be provided in the solicitation. The contract type is anticipated to be a hybrid consisting mostly firm fixed priced with some cost reimbursable line items. Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Susan Ruzicka, in either Microsoft Word or Portable Document Format (PDF), via email at susan.e.ruzicka2.civ@mail.mil. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted. All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH18SN0007/listing.html)
 
Record
SN05035893-W 20180816/180814231150-9a46c16966011acae40a451e83b3ebdd (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.