Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 21, 2010 FBO #3253
SOURCES SOUGHT

66 -- Preventive Maintenance Agreement

Notice Date
10/19/2010
 
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, NCTR-50 RM422 HFT-320, Jefferson, Arkansas, 72079, United States
 
ZIP Code
72079
 
Solicitation Number
1081368
 
Archive Date
11/6/2010
 
Point of Contact
Thomas M Dumas, Phone: 404-253-1253
 
E-Mail Address
thomas.dumas@fda.hhs.gov
(thomas.dumas@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE to determine the availability and capability of small businesses, including 8(a) certified businesses, service-disabled veteran owned small businesses, HUB Zone small businesses, small disadvantaged business, veteran-owned small business, and women-owned small businesses to provide a Labor Only Preventive Maintenance Agreement (excluding parts) to include four (4) option years for the following laboratory equipment listed below. A maximum of four (4) inspections required. 1ea - CH14-861-900 Steris Power Pack Electric Steam Boiler 1ea – SG-120 Steris Amsco Century Scientific Gravity Sterilizer 1ea – SI-120 Steris Amsco Century Scientific Isothermal Sterilizer 1ea – E3041-S-1 Steris Amsco Eagle Scientific Gravity Sterilizer SG-3041 1ea - E3043-S-1 Steris Amsco Eagle Scientific Prevacuum Sterilizer SV-3043 1ea – ST75925 Barnstead SterileMax Table Top Steam Sterilizer 1ea – ST75925 Barnstead SterileMax Table Top Steam Sterilizer ***Labor Only service includes: (1) All labor to perform scheduled maintenance and to perform unscheduled repair visits. (2) Parts required to perform scheduled preventive maintenance or to perform unscheduled repairs. Parts must be a Steris OEM part. Period of Performance: One (1) base year and four (4) option years. Each response should include the following Business Information: a. DUNS b. Company Name c. Company Address d. Current GSA Schedules appropriate to this Sources Sought. e. Do you have a Government approved accounting system? If so, please identify the agency that approved the system. f. Type of Company (i.e. small business, 8(a), woman owned, veteran owned, etc.) as validated via the Central Contractor Registration (CCR). All offerors must register on the CCR located at http://www.ccr.gov/index.asp g. Company Point of Contact, Phone and Email Address GENERAL INFORMATION Offerors must provide descriptive literature or other materials that demonstrates their ability to meet the forgoing requirements. Firms with the capability of providing the requirement as listed above are required to submit a capability statement to assist the Government in determining in accordance with Federal Acquisition Regulation (FAR) 19.502(b) whether or not this procurement will be set aside for any of the programs described above. The intended procurement will be classified under the North American Industrial Classification (NAIC) code 334516 with a size standard of 500. All respondents are requested to identify their firm's size and type of business. The capability statement should not exceed 25 pages and be in sufficient detail so that the Government can determine the experience of your firm to provide the requirements above. Capability statement can be submitted by mail, fax or email to Thomas Dumas, 60 8th St., NE, Atlanta, GA 30309 or thomas.dumas@fda.hhs.gov no later than 1:00 PM EST on October 22, 2010. This notice is a market survey and is for information and planning purposes only and does not commit the Government to any contractual agreement. This Is Not a Request for Proposals. The Government will not award a Purchase order or Contract based upon vendor responses to this announcement. The Government shall not assume any costs for preparing or submitting any information in response to the market survey or the Government's use of the information. Any proprietary information should be clearly identified as "proprietary information". Respondents will not be notified of the results of this evaluation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/1081368/listing.html)
 
Place of Performance
Address: Food and Drug Administration, 22201 23rd Drive SE, Bothell, Washington, 98021, United States
Zip Code: 98021
 
Record
SN02313242-W 20101021/101019233936-19dd96e532bda31d3112a56a60a814c9 (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.