Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 15, 2023 SAM #7809
SOURCES SOUGHT

J -- Maintenance Agreement for Hitachi Spectrophotometers

Notice Date
4/13/2023 9:12:04 AM
 
Notice Type
Sources Sought
 
NAICS
811210 —
 
Contracting Office
CDC OFFICE OF ACQUISITION SERVICES ATLANTA GA 30333 USA
 
ZIP Code
30333
 
Solicitation Number
75D301-23-Q-76040
 
Response Due
4/20/2023 12:00:00 PM
 
Point of Contact
Marva Lewis, Phone: 6784754898, Fax: 6786692550
 
E-Mail Address
knn5@cdc.gov
(knn5@cdc.gov)
 
Description
Small Business Sources Sought Only This small business sources sought is issued solely for information and planning purposes.It does not constitute a solicitation or a promise to issue a solicitation in the future. This small business sources sought notice does not commit the Government to contract for any supply or service. The Government is not at this time seeking proposals. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified small business sources to perform a potential requirement. The small business sources sought respondents are advised that the Government will not pay for any information or costs incurred in response to this small business sources sought; all costs associated with responding to this small business sources sought will be solely at the interested party�s expense. Not responding to this small business sources sought does not preclude participation in any future solicitation, if any is issued. If a solicitation is released, it will be issued via Sam.gov. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement, if any. Background, Purpose, and Objective:� The Lipid Reference Laboratory (LRL)/DLS/NCEH operates (2) spectrophotometers that provides spectrophotometric measurements for samples prepared for the CDC Lipid Project. The current service contract for our evaporators will expire on 09/11/2023. A service contract is necessary to keep the spectrophotometers in optimal running condition and to assure operation compliant to CLIA guidelines and CDC policies and procedures. This maintenance agreement will assure instrument performance, reduced instrument breakdowns, accurate measurements and reliable throughput results. The Clinical Chemistry Branch must obtain a service contract that covers annual maintenance service, as well as needed repair services. The purpose of this procurement is to obtain a service agreement for preventative and remedial maintenance of the (2) Hitachi spectrophotometers which is urgently needed for the continuation of project activities within our constraints. The procurement of this maintenance agreement is required for each instrument to maintain continuous operation for critical research projects and ongoing studies (NHANES, etc.). Our customized methods depend on accurate and precise spectrophotometric measurements of analytes in clinical samples. A preventive maintenance agreement will serve to keep the instruments running 95% of the time with minimal project delays and eliminate costly repairs due to damaged or malfunctioning equipment. Anticipated Scope of Work C.1: Scope of Work The contractor shall agree to provide (1) Premier Agreement for required instrument checks with on-site maintenance, repair services to keep the covered instruments in acceptable working order throughout the Base contract year (09/12/23-09/11/24) or from date of contract award renewable for up to four additional years through (09/11/2028). The Premier Agreement will provide quarterly billing or four payments per year for (1) Preventive Maintenance (PM) Service per year, per instrument. The contractor shall supply a Premier Agreement, which includes annual preventative service, calibration and support according to specific needs of the instrument as determined by the manufacturer to restore the instrument as herein described. Additionally, coverage shall include breakdown repair, adjustments and high quality replacement parts and labor, and provision of a loan unit with freight and travel charges discounted 100%. The service contract covers a preventive maintenance visit per year per instrument, service (clean, inspect, repair, maintain), onsite repairs, and execute Operational Qualification (OQ) post-preventive maintenance, OQ Certificate of equipment performance, hotline support, qualified service engineers and a general service standard response time of 48 hours. This agreement will cover all instruments as detailed on the spreadsheet. C.2 Technical Requirements: The Contractor shall perform the following tasks: The contractor shall provide technical performance support according to equipment specifications as well as maintenance, both calibration and preventative. Description of tasks, phases, and documents of which the contractor shall perform/provide for each instrument: Service: Scheduled one (1) comprehensive preventive maintenance (PM), inspection and service visit per year for each instrument. Emergency Service: Unlimited priority on-site emergency service response. Hitachi Factory trained field Service Engineers. Unlimited Telephone Support. Hotline support with priority response times of within 24-hours. General Service call for standard response time of 48 hours. U-3900, S/N 2295-007, Barcode 243466, coverage for one (1) year and four (4) twelve (12) month option periods. U-3900, S/N 2561-009, Barcode 231596, coverage for one (1) year and four (4) twelve (12) month option periods. Dispatch of new certified parts to on-site premises. Parts: Repaired and replaced at no additional costs. Repair: Includes the use of high quality service parts as required for optimal performance. Includes all labor and travel costs for emergency service and qualification visits. Performs Operational Qualification (OQ) post-preventive maintenance. OQ Certificate of equipment performance and preventive maintenance visit designed to prevent instrument failures, maintain peak performance, and document regulatory compliance. Travel charges discounted 100%. Also, included are parts, supplies and labor. Quarterly billing as per cost of the agreement in arrears as payment is due after the services are performed, not before. Capability Requirements: To be deemed capable of providing the required services, interested parties must submit a written capability statement. Organizations that submit statements in response to this notice will be evaluated against the following technical areas of experience and expertise: Ability to perform the work as described in scope of work - trained technicians, reporting software Past performance/references from contracts within the past 3 years Ability to respond in time frame required by the contract. How will you guarantee this? Parts procurement � ability to acquire parts/supplies in timely fashion. How will you guarantee that you can do this? Quality Assurance Surveillance Plan � what methology will you be using to assure that your quality and performance is up to par? What type of software or documentation will you be using to summarize this data? Responses: Interested parties believing that they possess the expertise and experience to meet the Government's needs described above are invited to submit a capability statement with their technical and management capabilities addressing the requirements. Interested parties are requested to include the following information in their response: Company name, address, phone number; UEI and CAGE Code as registered in the System for Award Management (SAM) at http://www.betaSam.gov/ Business size and Classification (e.g., 8(a), HUBZone, etc.) pursuant to the applicable NAICS code of 811210 � Electronic and Precision Equipment Repair and Maintenance. Small Business Administration Business Opportunity Specialist (name, email address, phone number) if applicable. Point(s) of contact including e-mail addresses and telephone numbers for contacts. Submission Instructions: Responses are due via email on or before April 20, 2023 at 3:00 p.m. Eastern Time to Marva Lewis, email address: knn5@cdc.gov. Only emailed responses will be accepted. Copy and paste into subject line: Response to Sources Sought for LRL/DLS of the National Center for Environmental Health (NCEH) (insert your company name). Responses are limited to 10 pages, 11pt Times New Roman font. Responses greater than 10 one-sided pages will not be considered. Attachments: The Equipment List Late responses will not be accepted. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in the response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). This is strictly market research and the Government will not entertain any questions or phone calls.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7db916aef2d046aaa4ac025dd2d81fca/view)
 
Place of Performance
Address: Atlanta, GA 30333, USA
Zip Code: 30333
Country: USA
 
Record
SN06650641-F 20230415/230413230117 (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 |
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.