Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 10, 2012 FBO #3730
SOURCES SOUGHT

J -- CereTom CT Core System Scanner Service Agreement

Notice Date
2/8/2012
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, Bldg 50 Room 422, Jefferson, Arkansas, 72079, United States
 
ZIP Code
72079
 
Solicitation Number
FDA1099696
 
Archive Date
3/1/2012
 
Point of Contact
Regina R. Williams, Phone: (870) 543-7012
 
E-Mail Address
regina.williams@fda.hhs.gov
(regina.williams@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
"This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) 811219-Other Electronic and Precision Equipment Repair and Maintenance; Small Business Size Standard is $19 million. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice." The government is seeking capability statements from small business companies capable of performing service and maintenance on a CereTom CT Core System Scanner, Serial number 210, manufactured by NeuroLogica Corporation that shall meet the following requirements. A service maintenance agreement with comprehensive maintenance that will enable the continuous operation of the CereTom CT Core System Scanner and auxiliary equipment will minimized down time in case of any types of malfunctions. The service maintenance agreement shall include all labor charges, replacement parts, unlimited replacement for x-ray tubes, software upgrades, training and travel expenses associated with providing service at the customer site. a. Preventive Maintenance and on-site corrective maintenance shall be performed during the principal coverage period. b. Preventive Maintenance shall include: Tracking and scheduling of required maintenance tasks, exchange of failed electrical and/or mechanical parts, care measures, adjustments to factory specifications, verification of specified performance and functionality, documentation and detailed protocol of system conditions. c. The delivery of Software and Firmware updates to enhance safety and performance of the instrument as recommended, continuous system monitoring if updates are required, delivery of updates, delivery of recommended updates, documentation and detailed reporting of updating procedures. d. The delivery of software and hardware upgrades required when IT hardware component's become obsolete. e. Corrective Maintenance (labor): The service maintenance agreement shall cover labor resulting in a reactive or proactive complete repair of a system malfunction. f. Technical support and applications support: Direct factory support vial phone or email. g. Service Visits: The contractor shall provide an unlimited amount of service visits during the term of the service maintenance agreement, check x-ray energy output, verify voltage output, check optical alignment, check multi-power supply, clean instrument, verify alignment system, verify full operation of the system and replace any defective parts. Offeror shall be able to provide NeuroLogica Corporation certified or senior-level NeuroLogica Corporation experienced technicians qualified to perform repairs on NeuroLogica Corporation equipment for both on site and phone support. The on-site technicians shall regularly perform on-site repairs to NeuroLogica Corporation equipment and shall be capable of providing on-site training in the operation of the equipment. The phone support technicians regularly provide phone support for NeuroLogica Corporation equipment and software. Offeror shall demonstrate it is able to obtain NeuroLogica Corporation repair parts in a timely manner, and will provide them with warranty at no additional cost to the government. The period of performance is one year. Potential contractors must indicate business size, proof of any set-aside certification and company's DUNS number and provide a contact name, the mailing address, phone number and email address of point of contact. Capability statements must provide enough information to determine if the company can meet the requirement. Potential contractors are to provide a statement of coverage of the plan being offered. At a minimum provide the following: Reference similar work that has been performed by the contractor in the last three (3) years, a description of the work performed and contact information for references knowledgeable about the quality of the work completed for the same equipment in this announcement. Capability statement must provide qualifications for key personnel and that the company can provide all needed supplies and upgrades for the equipment. The contractor must have current access to up to date and on-going factory training for both hardware and software components and current access to the original equipment manufacturer (OEM) current inventory factory parts, not build-to-order parts. The factory trained service engineer must not use salvaged parts from other instruments for performing maintenance and repairs. All parts used in preventive maintenance or repairs must be guaranteed, factory-tested, OEM quality parts. Interested Contractors must respond with capability statements which are due in person, by postal mail or email to the point of contact listed below on or before February 15, 2012, by 13:00 hours (Central Standard Time in Jefferson, Arkansas) at the Food and Drug Administration, Office of Acquisitions & Grants Services, Attn: Regina Williams, 3900 NCTR Road, HFT-320, Jefferson, AR 72079-9502 or email regina.williams@fda.hhs.gov. Reference FDA1099696. 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).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/FDA1099696/listing.html)
 
Place of Performance
Address: 3900 NCTR Road, Jefferson, Arkansas, 71603, United States
Zip Code: 71603
 
Record
SN02670724-W 20120210/120208235319-3151142e825b97c973ad2f8d2c7c9581 (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.