The RFP Database
New business relationships start here

Preventive and Corrective Maintenance Agreement for a CT Spectrum IVIS


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 Food and Drug Administration (FDA), Center for Biologics Evaluation and Research (CBER), Tumor Vaccines and Biotechnology Branch requires one (1) base year plus four (4) option years of Preventive and Corrective Maintenance Agreement for a CT Spectrum IVIS (Serial Number: IS1412N6564)


The FDA is seeking small business sources to determine the availability and capability of small businesses capable of providing the items described herein. 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.


The CT Spectrum IVIS (Serial Number: IS1412N6564) is currently covered under contract through 09/08/2019.


Minimum Performance Requirements:
1.    The Contractor shall provide one (1) scheduled on-site planned preventive maintenance visit per year.
2.    The Contractor shall provide unlimited On-Site Corrective Maintenance/Repairs within 3 business days of call for service where problems cannot be resolved remotely after 2 business days.
3.    The Maintenance and Repair activities shall be performed following the Original Equipment Manufacturer (OEM) specifications, manuals, and service bulletins, using OEM-certified replacement parts, components, subassemblies, etc.
4.    The Contractor shall include unlimited software and firmware updates during the coverage period(s).
5.    The Contractor shall guarantee technical support Monday through Friday (excluding Federal Holidays) 8:00AM - 5:00PM Eastern Time.
6.    All maintenance/repair pricing shall be inclusive of labor, travel, replacement parts, components, subassemblies, etc.


Service Records and Reports - the Contractor shall, commensurate with the completion of each service call (inclusive of warranty service), 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/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. In addition, the Contractor shall provide a written report to the FDA COR and Contract Specialist, summarizing all maintenance and repair activities (including warranty work) each time service and/or repair is performed.


Period of Performance:


Base Year: 9/09/2019 through 09/08/2020
Option Year 1: 9/09/2020 through 09/08/2021
Option Year 2: 9/09/2021 through 09/08/2022
Option Year 3: 9/09/2022 through 09/08/2023
Option Year 4: 9/09/2023 through 09/08/2024


Place of Performance


10903 New Hampshire Avenue
Vivarium Building 10, Room G136
Silver Spring MD 20993.


The offeror shall furnish sufficient technical information necessary for the Government to conclusively determine that the offered services meet the technical requirements identified above. Though the target audience is small business manufacturers or small businesses capable of supplying services of a small business, 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 service can meet the above requirements. All descriptive material necessary for the government to determine whether the service 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.
•    If applicable, identification of the firm's GSA Schedule contract(s) by Schedule number and SINs that are applicable to this potential requirement. Detailed list of items included and not included on the GSA contract to meet this 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 June 26, 2019 by 1:00 PM (Central Time in Jefferson, Arkansas) to warren.dutter@fda.hhs.gov, or mail to the Food and Drug Administration, OO/OFBA/OAGS/DAP, Attn: Warren Dutter, 3900 NCTR Road, Building 50, Room 417, Jefferson, AR 72079-9502. Reference 1212251.


Notice of Intent
Responses to this sources sought announcement will assist the Government in determining whether 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).


 




Warren P. Dutter, Contract Specialist, Phone 8705437577, Email warren.dutter@fda.hhs.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP