Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 18, 2010 FBO #3128
SOURCES SOUGHT

35 -- Service Contract for the ABI FAST Dx Instruments in the Biowatch laboratories

Notice Date
6/16/2010
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, Program Support Center, Supply Service Center, Building 14, Perry Point, Maryland, 21902
 
ZIP Code
21902
 
Solicitation Number
10-284-SOL-00011
 
Archive Date
7/15/2010
 
Point of Contact
Leslie M. Lucas, Phone: 4106420701, Allison C. Lempka, Phone: 410-642-6023
 
E-Mail Address
leslie.lucas@psc.hhs.gov, allison.lempka@psc.hhs.gov
(leslie.lucas@psc.hhs.gov, allison.lempka@psc.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought notice. This is NOT a solicitation for proposals, proposals abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. HHS, Supply Service Center in Perry Point MD is looking for sources to provide a service agreement for 64 ABI 7500 FAST Dx Instruments located at 29 different sites all through the United States. The service agreement will begin for each piece of equipment on the day that the instruments' warranty period runs out. A spreadsheet with the locations, serial numbers, and start dates will be provided. Services for the Diagnostics Plan should include: *Parts, labor and travel for remedial repair. *Two scheduled Instrument Operational Qualifications/Performance qualification (OQ/PQ) service at no additional cost to the customer during the plan period, as required. Re-calibration and performance qualification after major repairs that occur during the plan period are covered as well. Service does not include validation of assay for compliance of regulatory requirement as pertains to customer, customer's procedures, or use of device, which shall remain customer's responsibility. *No charge for annual planned maintenance visit(s). The number of planned maintenance visits scheduled during the plan period shall be submitted by vendor upon award. *Guaranteed priority response time of 2 business days after receipt of a service call. *Target response time of 2 business days for remedial repairs. *Priority telephone and email access to instrument technical support. *Instrument recalibration as required. Service agreements shall be for a two year period. Respondents must provide a capability statement. All proposals must meet all minimum specifications. It is incumbent upon all respondents to provide proper documentation ensuring the service agreement meets the minimum criteria. Responses must be received by June 30, 2010, 4:00 p.m. EST at the HHS, Supply Service Center, ATTN: Leslie Lucas, Bldg. # 14, Perry Point, MD 21902. Faxed offers are acceptable; however it is the responsibility of the respondent to verify receipt of faxed documents. Responses may be faxed to: (410) 642-3566, ATTN: Leslie Lucas. Respondents may also elect to transmit electronic copies to Leslie.Lucas@psc.hhs.gov by the due date. Electronic copies must be in Adobe PDF format and it is the responsibility of the respondents to verify receipt of email copies. 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 solicitations may be published in Federal Business Opportunities. 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).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/SSC/10-284-SOL-00011/listing.html)
 
Place of Performance
Address: Conus, United States
 
Record
SN02179203-W 20100618/100616234956-1ecad91e64bc021e09466cf5b3c97f18 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.