SOURCES SOUGHT
J -- Post-warranty Preventive Maintenance and Repair service agreement for a Thermogravimetric Analyzer-MIR/NIR Spectrometer System and Gas Chromatography-Mass Spectrometer
- Notice Date
- 12/21/2022 10:31:30 AM
- Notice Type
- Sources Sought
- NAICS
- 811210
—
- Contracting Office
- FDA OFFICE OF ACQ GRANT SVCS Beltsville MD 20705 USA
- ZIP Code
- 20705
- Solicitation Number
- 75F40123SSN116002
- Response Due
- 12/29/2022 11:00:00 AM
- Point of Contact
- Warren Dutter, Phone: 8705437577
- E-Mail Address
-
warren.dutter@fda.hhs.gov
(warren.dutter@fda.hhs.gov)
- Description
- 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 Food and Drug Administration (FDA), National Center for Toxicological Research (NCTR), Nanotechnology Core Facility (Nanocore) requires one (1) base year of Post-warranty Preventive Maintenance and Repair service agreement for a hyphenated system with components: Perkin Elmer Thermogravimetric Analyzer-MIR/NIR Spectrometer System w-Gas Chromatography-Mass Spectrometer and two (2) option years.� System Equipment and Serial Numbers: Perkin Elmer TGA 8000 with autosampler, S/N- 526B19052204 Perkin Elmer MIR-NIR, FT-IR/NIR Frontier, S/N-114143 Perkin Elmer UATR, S/N- PODL18100505 Perkin Elmer Clarus 690, S/N- 690S19093001 Perkin Elmer Clarus SQ 8C, S/N- 648N9050102 If your firm is considered a small business source under North American Industry Classification System (NAICS) 811210 � Electronic and Precision Equipment Repair and Maintenance; with a Small Business Size Standard of $30 Million, and you believe that your firm would be able to provide the FDA with the service described below, please submit an email to warren.dutter@fda.hhs.gov. Other than small business concerns are also encouraged to submit capability statements. The vendor shall include information about the company and demonstrate that it can meet all of the minimum performance requirements. The PM and unlimited repair service contract shall consist of a Base year plus two (2) possible one-year options. Each year shall be funded at the time the option year is exercised; options will be exercised based on funds availability and the needs of the Federal Government. The initial Service period shall be for one year and the subsequent periods of performance may be renewed at the government�s option for the period between 12-24 months and 24-36 months beyond the initial contract service period. Contractor quotes shall include details of the items covered under the service contract, any differing levels of the plan that are available, and the levels of service response that are available. Minimum Performance Requirements for the Preventative Maintenance & Unlimited Repair Service Contract The offeror shall provide certified Original Equipment Manufacturer (OEM) parts for all repairs and maintenance. All maintenance and repair activities shall be performed by service technicians/engineers who are formally trained and certified by the original manufacturer. Engineers shall have access to the manufacturer�s latest technical developments, repair procedures, application updates, diagnostic software, and planned maintenance procedures. All repairs and PM services shall be performed following Original Equipment Manufacturer (OEM specifications, manuals, and service bulletins, using OEM replacement parts, components, subassemblies, etc.) The Contractor shall provide one (1) scheduled on-site planned preventive maintenance visit per year which shall include all labor, travel, and OEM factory-certified replacement parts, components, subassemblies, etc., as well as consumables. The Contractor shall provide unlimited On-Site Corrective Maintenance/Repairs. The contractor shall provide a 24-hour response time after the initial call for a service response to equipment failure. Where problems cannot be resolved remotely, the contractor shall provide a preliminary plan of action for repairs within 48 hours of initial contact, followed by a mutually agreeable estimate for a planned on-site service call by a suitable technician capable of conducting repairs on the failed instrument(s) described in this solicitation.� This mutually agreeable estimate should be provided within 72 hours of initial contact. Service contract shall include unlimited free OEM system software, firmware and hardware support and updates that are needed for reliability improvements and correction of any defects. The Contractor shall include unlimited technical support Monday through Friday (excluding Federal Holidays) during contractor�s normal business hours. The contract shall enable the FDA Technical Point of Contact (TPOC) and system operator personnel to have direct access 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. All maintenance/repair pricing shall be inclusive of labor, travel, replacement parts, components, subassemblies, etc. for the Perkin Elmer Thermogravimetric Analyzer-MIR/NIR Spectrometer System w-Gas Chromatography-Mass Spectrometer. Service Records and Reports: �The Contractor shall, commensurate with the completion of each preventive maintenance service visit, provide the end-user of the equipment with a copy of a field service report/ticket identifying the equipment name, manufacturer, model number, and serial number of the equipment being serviced, a detailed description of the work performed, the test instruments or other equipment used to perform the service, the name(s) and contact information of the technician who performed the service, and for information purposes, the on-site hours expended, and parts/components replaced.� In addition, the Contractor shall provide a written report to the FDA COR and Contract Specialist, summarizing all maintenance activities (including warranty work) each time service is performed. Period(s) of Performance: Anticipated to be a Base plus two (2) Option Years with projected period of performance dates estimated as: Base Year:� ����������� 02/08/2023 - 02/07/2024 Option Year 1:������ 02/08/2024 � 02/07/2025 Option Year 2:������ 02/08/2025 � 02/07/2026 Place of Performance: The equipment is located and shall be maintained at the National Center for Toxicological Research (NCTR) at the following address: US FDA/NCTR BLDG 26 3900 NCTR Rd. Jefferson AR 72079 Responses to this Sources Sought shall unequivocally demonstrate that the respondent is regularly engaged in the sale of same or substantially similar service.� Though the target audience is small business vendors or small businesses capable of supplying a U.S. product/service of a small business vendor or producer, all interested parties may respond. At a minimum, responses shall include the following: Business name and bio, Unique Entity ID (SAM) 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 a service offered by another firm. Past Performance (within the last 3 years) information for the sale of same or substantially similar product/service 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 Unique Entity ID (SAM) 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 or selling. The offeror shall furnish sufficient technical information necessary for the Government to conclusively determine that the offered products/services meet the technical requirements identified above. The offeror�s capability to initiate service within 3 days of original notification. Estimated historical on-site response time for the brand name and model of instrument in this requirement. 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 applicable, identification of Best in Class (BIC) contract information or other Government-wide or HHS-wide contracts that the equipment/service is available on. If a large business, provide whether subcontracting opportunities exist for small business concerns. Standard commercial warranty and payment terms. Provide place of product manufacture or service performance and any other applicable information to enable review and analysis pertaining to the Buy American statute and requirements relating to Made in America in the event a nonavailability waiver request through the MIAO Digital Waiver Portal is needed. Though this is not a request for quote, informational pricing for the equipment/service would be helpful for market research purposes. 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 to be submitted by email only to the point of contact listed below on or before 1:00pm (Central Time in Jefferson AR) on December 29, 2022 to Warren Dutter, email warren.dutter@fda.hhs.gov. Reference: 75F40123SSN116002. 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 or combined synopsis/ solicitation may be published in SAM.gov � Contracting Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality and Proprietary Information 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 the service would be helpful.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/51a4e5877da44f1b888078bb6f9cd9d9/view)
- Place of Performance
- Address: Jefferson, AR 72079, USA
- Zip Code: 72079
- Country: USA
- Zip Code: 72079
- Record
- SN06549875-F 20221223/221221230111 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |