SOURCES SOUGHT
J -- Preventative Maintenance and Repair Service for Sony SH800 Cell Sorter and a Sony SA-3800 Cell Spectral Analyzer
- Notice Date
- 12/17/2018
- Notice Type
- Synopsis
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- 3900 NCTR Road, HFT-320 Bldg 50 | Rm 421 Jefferson AR 72079
- ZIP Code
- 72079
- Solicitation Number
- FDA-SSN-1208850
- Response Due
- 12/27/2018
- Point of Contact
- ROOSEVELT D. WALKER, CONTRACT SPECIALIST, Phone 8705437405
- E-Mail Address
-
roosevelt.walker@fda.hhs.gov
- Small Business Set-Aside
- Total Small Business
- 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) for preventative maintenance, corrective/remedial maintenance repair service agreement on a Sony SH800 Cell Sorter and a Sony SA-3800 Cell Spectral Analyzer. The FDA is seeking small business sources to determine the availability and capability of small business capable of 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 $20.5 million. The FDA/NCTR/ requires preventative maintenance, corrective/remedial maintenance repair service agreement on a Sony SH800 Cell Sorter and a Sony SA-3800 Cell Spectral Analyzer to maintain the functionality of the equipment.to study cellular responses to Clostridium difficile and Commensal Bacteria. 1. Preventative and Corrective/remedial maintenance repair service agreement: Sony SH800 Cell Sorter (Serial Number: 1760005) Quantity: 1 Unit: 12 Months Unit Price:____ GSA Contract Number______(if applicable) 2. Preventative and Corrective/ remedial maintenance repair service agreement: Sony SA-3800 Cell Spectral Analyzer Quantity: 1 Unit: 12 Months Unit Price:_____ GSA Contract Number______(if applicable) Anticipated period of performance is a base year. Place of Performance: 3900 NCTR Road, Jefferson, AR 72079 The subsequent contractor shall be required to meet the following performance requirements: 1. Minimum of one (1) planned preventative maintenance visit for all units each contract period. All costs for labor, travel, and parts required for preventative maintenance shall be included. 2. Unlimited phone and email support during the contractor's normal operating hours. Initial response within 8 business hours of contact for assistance (e.g., telephone-based, email-based, website-based, etc.) 3. Access by the FDA Technical Representative (TR) and system operator personnel to the manufacturer's call center for technical assistance, which is staffed by senior engineers to provide a high level of expertise for troubleshooting the instrument. 4. Unlimited on-site corrective/remedial maintenance, service/repair visits which again includes all labor, parts, and travel costs. Provide on-site service response within three business days of notification if issue cannot be corrected remotely within 8 hours from call for service. 5. Absolute adherence to and conformity with Original Equipment Manufacturer (OEM) specifications, manuals, bulletins, latest technical developments, PM procedures, application updates using OEM replacement parts, components, subassemblies etc. in performing all preventative maintenance and repair services. 6. Performance by formally trained and certified technicians/engineers, following Original Equipment Manufacturer (OEM) specifications, manuals, and service bulletins, using OEM replacement parts, components, subassemblies, etc. 7. System software and firmware updates required for reliability improvements and correction of any defects; 8. 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. FOB Point Destination. All items/services shall include shipping and handling to the destination identified herein. The offeror shall furnish sufficient information necessary for the Government to conclusively determine that respondents would be able to provide the specified services meeting the technical requirements identified above. Though the target audience is small businesses all interested parties may respond. 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; • Information on available service/maintenance plans for the identified Buxco Plethysmograph System TST-004 equipment; • Three (3) years of past performance service information, if not the manufacturer of the equipment identified herein, where the respondent has provided same or substantially similar service solutions on the same or near-same Buxco Plethysmograph System TST-004 equipment. For each past performance reference include the date of sale and service, description of service provided and the manufacturer name, model and serial number(s) of the equipment serviced, dollar value of those services, client names, client addresses, client point of contact names, client point of contact mailing address (if different from that provided for client), client point of contact phone numbers, and client point of contact email address; • Documentation, if not the manufacturer of the equipment identified herein, of technical competency on the operation and repair of the Buxco Plethysmograph System TST-004. Such documentation should include certification from the original equipment manufacturer or other training certificates within the past calendar year. • 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 the subcontracting opportunities that would exist for small business concerns; • Standard commercial warranty on services and payment terms; and • Though this is not a request for quote, informational pricing is encouraged. 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 shall respond with capability statements on or before December 27, 2018 by 12:00 hours (Central Time in Jefferson, Arkansas) to roosevelt.walker@fda.hhs.gov mail to the Food and Drug Administration, OO/OFBA/OAGS/DAP, Attn: Roosevelt Walker, 3900 NCTR Road, Building 50, Room 436, Jefferson, AR 72079-9502. Reference FDA1197381. 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). NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (17-DEC-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/HHS/FDA/NCTR/FDA-SSN-1208850/listing.html)
- Place of Performance
- Address: 3900 NCTR Road, Jefferson, AR 72079 Jefferson, AR
- Zip Code: 72002
- Country: US
- Zip Code: 72002
- Record
- SN05176148-F 20181219/181217230013 (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 |