Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2009 FBO #2806
SOURCES SOUGHT

66 -- Maintenance Agreement

Notice Date
7/31/2009
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
FDA-09-1057871-SS
 
Point of Contact
Karen R. Petty, Phone: 301-827-8774
 
E-Mail Address
karen.petty@fda.hhs.gov
(karen.petty@fda.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a SOURCES SOUGHT NOTICE to determine the availability and capability of potential small business (including certified 8(a), Small Disadvantage businesses, HUB Zone businesses; veteran-owned small businesses, and women-owned small businesses. The Food and Drug Administration (FDA), Office of Acquisitions and Grants Services (OAGS), Division of Acquisition Operations (DAO) is seeking to obtain maintenance agreement for the following Agilent equipment: Full Service Maintenance Agreement shall include the following pieces of equipment: Equipment NameModel/Serial NoLocation Network GC System and accessoriesG1540N/US103320623900 NCTR Rd - Mobile Lab Jefferson AR 72079 Network GC System and accessoriesG1530N/US102150993900 NCTR Rd - Bldg 26 Jefferson AR 72079 Network GC System and accessoriesG1530N/US102390053900 NCTR Rd - Bldg 26 Jefferson AR 72079 Network GC System and accessoriesG1530N/US10215104158 15 Liberty Ave Jamaica NY 11433 Network GC System and accessoriesG1530N/US1021600160 8th St NE Atlanta GA 30309-3998 Network GC System and accessoriesG1530/US1022911460 8th St NE Atlanta GA 30309-3998 Network GC System and accessoriesG1530N/US10238047158 15 Liberty Ave Jamaica NY 11433 Network GC System and accessoriesG1530N/US1021511011630 W 80th St Lenexa, KS 66214-3340 Network GC System and accessoriesG1540/US1023902711630 W 80th St Lenexa, KS 66214-3340 Network GC System and accessoriesG1530N/US1021604622201 23rd Dr SE Bothell, WA 98021-4421 Network GC System and accessoriesG1530N/US1023903422201 23rd Dr SE Bothell, WA 98021-4421 Network GC System and accessoriesG1530N/US1021604819701 Fairchild Ave Irvine CA 92612 Network GC System and accessoriesG1530A/US0003917619701 Fairchild Ave Irvine CA 92612 Network GC System and accessoriesG153N/US10215114Denver District Lab 6th Ave & Kippling St. Denver, CO 80225 Service Response shall include: -All inclusive repair for rapidly resolving problems minimizing disruptions to lab operations. -1 scheduled preventive maintenance to ensure peak performance -Real-time remote diagnostics and predictive support technology to optimize instrument availability and deliver detailed asset reporting for workflow optimization -2-day response time - A fixed price contract is anticipated, for base year plus 4 option years. Interested small business potential offerors are encouraged to respond to this notice. However, be advised that generic capability statements are not sufficient for effective evaluation of respondents’ capacity and capability to perform the specific work as required. Responses to this notice shall be limited to [15] pages, and must include: 1.Company name, mailing address, e-mail address, telephone and FAX numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. 2.Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses. 3.Business size for NAICS ______ (size standard $ or number of employees) and status, if qualified as an 8(a) firm (must be certified by SBA), Small Disadvantaged Business (must be certified by SBA), Woman-Owned Small Business, HUBZone firm (must be certified by SBA), and/or Service-Disabled Veteran-Owned Small Business (must be listed in the VetBiz Vendor Information Pages). 4.DUNS number, CAGE Code, Tax Identification Number, and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies also must be registered in the Central Contractor Registry (CCR, at www.ccr.gov) to be considered as potential sources. 5.Identification of the firm's GSA Schedule contract(s) by Schedule number and contract number and SINs that are applicable to this potential requirement are also requested. 6.If the company has a Government approved accounting system, please identify the agency that approved the system. Please submit copies of any documentation such as letters or certificates to indicate the firm’s status (see item #3, above). Teaming arrangements are acceptable, and the information required above on the company responding to this announcement, should also be provided for each entity expected to be teammates of the respondent for performance of this work. To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. This notice is for planning purposes only, and does not constitute an Invitation for Bids, a Request for Proposals, a Solicitation, a Request for Quotes, or an indication the Government will contract for the items contained in this announcement. This request is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government will not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this announcement. Responses to this announcement will not be returned, nor will there be any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in the subsequent solicitation, and FDA, may contact one or more respondents for clarifications and to enhance the Government’s understanding. This announcement is for Government market research only, and may result in revisions in both its requirements and its acquisition strategy based on industry responses. RESPONSES DUE: All capability statements must be received by email to: karen.petty@fda.hhs.gov, on or before Monday, August 10, 2009 no later than 4:30pm, EST. Telephone calls will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-09-1057871-SS/listing.html)
 
Place of Performance
Address: See various locations listed above, United States
 
Record
SN01895056-W 20090802/090731235940-8203836fb8477bfe88c3a0bcd446dec4 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.