The RFP Database
New business relationships start here

Post-warranty Preventive Maintenance and Repair services for two Bruker Biospec Cryo Coolers


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), National Center for Toxicological Research (NCTR) requires annual Post-warranty Preventive Maintenance and Repair services for two Bruker Biospec Cryo Coolers with 2 (1-year Maintenance Option periods).


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 million.


Background:


The Division of Neurotoxicology requires service for two magnetic resonance imaging (MRI) units. One unit is a Bruker Biospec Cryomech CP2800 7.0 tesla with 30cm inner diameter bore size (70/30) Serial Number:10000121 and the other is a Bruker Biospec Cryomech CP2800 4.7 tesla with 40cm inner diameter bore size (47/40) Serial Number: 10216453). These two units vary by their field strength capabilities. The units are utilized at the NCTR Bio-Imaging Facility to support numerous protocols where imaging techniques are utilized to determine toxicological insult on animal specimens. Both units require cryo coolers, which cool the magnets for MRI machines to avoid "quenching," which occurs when there is an increase in temperature in the magnet coils that causes them to become resistive, thus eliminating the magnetic field and proper functioning of the unit. The water cooled cryo coolers are two-stage refrigerators (9kw) which eliminate the need for liquid nitrogen and prolong the hold time of liquid helium used in the cooling process.


The requirement of a Service Contract for the cryo cooler of each unit will ensure smooth operation of the units with continuing support and expedited response time in case of a failure. Experiments will be directed as neuro-imaging of live subjects and will be an ongoing study to characterize immediate neural expression and compound effects within the brain structures of test subjects.


The Biospec 70/30 (Serial Number: 10000121) was last under contract March 16, 2017. The Biospec 47/40 (Serial Number: 10216453) has never been under a service contract.


Minimum Performance Requirement:



1.    Contractor shall maintain the following:
a.    Display reading helium pressure (BMU) maintained within 950 ≤ p ≤ 1200mbar
b.    Display reading helium level maintained ≥ 60%
c.    Display reading relative heating voltage (%) maintained within 0 ≤ U ≤ 60%
2.    Contractor shall monitor the cryogen levels via weekly emails with NCTR Program Personnel
3.    Contractor shall refill the cryostat with liquid helium at intervals defined by manufacturer's recommendations
4.    Contractor shall supply the necessary refill cryogens per OEM requirements
5.    Contractor shall maintain the transfer lines, cold head, cryocooler, and heat exchanger per OEM requirements
6.    Contractor shall generate regular reports of the magnet boil off rates and service activity per OEM standards.
7.    In the event of catastrophic loss of magnet field (quench) during a cryogen refill by contractor, the contractor shall restore the magnet to an operating condition in accordance with magnet's specifications.
8.    In the event of catastrophic loss of magnet field (quench) during a cryogen refill by the contractor where the magnet cannot be restored, a comparable replacement magnet shall be delivered and installed on site.
9.    If a cryo cooler is not operational, the contractor shall use overnight carrier services to ship repair parts to NCTR. After repairs are completed, contractor shall pay for the return of defective components to their facility.
10.    Contractor shall provide labor for one planned maintenance visit for each cryo cooler per year.
11.    Contractor shall review the results of each planned maintenance visit with the primary user of the equipment.
12.    Technical phone support shall be available 9am-5:30pm Monday-Friday, excluding holidays.
13.    After contractor notified of equipment error, user receives required assistance via phone within 48hrs; if error not fixed, on site visit scheduled within 48hrs of initial notification.
14.    Contractor provide replacement parts as required; all parts warranted for 90 days after installation.
15.    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.
16.    All maintenance/repair pricing shall be inclusive of labor, travel, replacement parts, components, subassemblies, etc. Includes quality assurance-image quality inspections to achieve consistent, high-quality images within quality specifications as issued by factory
17.    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: July 2019 through July 2020
Option Year 1: July 2020 through July 2021
Option Year 2: July 2021 through July 2022


Dates are estimated and will be confirmed at time of award.


Place of Performance


Work shall be performed on-site at the location of the equipment:


National Center for Toxicological Research
3900 NCTR Rd    
Jefferson, AR 72079


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 businesses capable of supplying services, 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 the same or similar services 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.
•    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;
•    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 May 24, 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 1212578.


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