The RFP Database
New business relationships start here

Preventative and Corrective/remedial maintenance repair services on a Gatan UltraScan Camera


Arkansas, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

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 Center for Biologics Evaluation and Research (CBER) requirement for preventative maintenance, corrective/remedial maintenance repair service agreement on a Gatan UltraScan Camera System.


The FDA is seeking small business sources to determine the availability and capability of small businesses 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.


CBER requires a service agreement on a Gatan UltraScan US1000XP camera serial number 11082501W0994 attached to a Zeiss Electron Microscope. The camera was covered under a service contract which expired on 2/16/17. The Gatan camera is attached to the Government's Zeiss Electron Microscope and is essential for photographic documentation of critical viral samples submitted for electron microscopy by CBER.


Place of Performance:


10903 New Hampshire Ave, Building 10, Room G116/G117, Silver Spring, MD 20993


The contractor shall meet the following performance requirements:
1.    Minimum of one (1) planned preventative maintenance visit per 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.    Contractor shall provide a maximum of three (3) on-site corrective 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 technical information necessary for the Government to conclusively determine that the offered products/services and components meet 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 (Provide this same information if responding to provide a product manufactured by another firm);
•    Sufficient descriptive literature that unequivocally demonstrates that offered services can meet the above requirements. All descriptive material necessary for the government to determine whether the service/product offered meets the technical requirements including: technical specifications, descriptive material, literature, brochures and other information, which demonstrates the capabilities of the contractor to meet the requirement.
•    Information on available service/maintenance plans.
•    Three (3) years of past performance information for the manufacture and/or sale and maintenance support in which the offeror has provided same or substantially similar service solutions on the same or similar OEM equipment . For each past performance reference include the date of sale, description, dollar value, client name, client address, client point of 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 DUNS number and size status) if not the respondent.
•    The offeror includes documentation of technical competency on the operation and repair of the Thermo Scientific Inductively Couple Plasma-Mass Spectrometer (ICP-MS) X series II system. 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.
•    Provide information if any of these specifications are too restrictive. No response will be considered that the listed specifications are adequate in a competitive environment.
•    If a large business, identify the subcontracting opportunities that would exist for small business concerns;
•    Standard commercial warranty 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 which are due in person, by postal mail or email to the point of contact listed below on or before April 5, 2016 by 13:00 hours (Central Time in Jefferson, Arkansas) to nick.sartain@fda.hhs.gov, or mail to the Food and Drug Administration, OO/OFBA/OAGS/DAP, Attn: Nick Sartain, 3900 NCTR Road, Building 50, Room 422, Jefferson, AR 72079-9502. Reference FDA1180802.


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).


 


Nicholas E Sartain, Contract Specialist, Phone 870-543-7370, Email nick.sartain@fda.hhs.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP