Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 15, 2017 FBO #5866
SOURCES SOUGHT

J -- Preventative Maintenance, Corrective/remedial Maintenance Repair Service Agreement on Inhalation Exposure Units

Notice Date
12/13/2017
 
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 - Jefferson, 3900 NCTR Road, HFT-320, Bldg 50 | Rm 421, Jefferson, Arkansas, 72079, United States
 
ZIP Code
72079
 
Solicitation Number
FDA1193314
 
Archive Date
1/6/2018
 
Point of Contact
Nicholas E Sartain, Phone: 870-543-7370
 
E-Mail Address
nick.sartain@fda.hhs.gov
(nick.sartain@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
MARKET RESEARCH PURPOSES ONLY NOT A REQUEST FOR PROPOSAL OR SOLICITATION The U.S. Food and Drug Administration (FDA), is conducting market research to support the National Center for Toxicological Research (NCTR) requirement for preventative maintenance, corrective/remedial maintenance repair service agreement on a six TSE Systems inhalation exposure units. The FDA is seeking small business sources to determine the availability and capability of small businesses capable of providing the required services. 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. NCTR requires a service agreement on six TSE Systems inhalation exposure units used in the NCTR/Center for Tobacco Products NCTR/CTP Inhalation Toxicology Facility. The facility is a collaborative research facility between CTP and NCTR for conducting inhalation toxicology studies in vivo in supporting CTP regulatory decisions. These 6 units (Model 700100-KNES-050-SS inhalation units and associated components assigned Serial Numbers are: 120329-18, 120329-19, 120329-20, 120329-21, 140402-01 and 140402-02). Each TSE nose-only inhalation exposure systems consists of: 1. one 50-port nose-only inhalation exposure tower; 2. animal holding tubes; 3. one hood for inhalation exposure tower (including enclosure and ventilation system); 4. aerosol generation systems (vapor, liquid and solid particle aerosols); 5. a dual sampling system (aerosol sampler, sampling pump and control unit); 6. aerosol characterization instruments (including instruments and software); 7. one DACO-GLP Online control/monitoring system (700400-PRO-C-D-GLP/1) including hardware, software and computer); 8. one air locker system. These units are required to be in compliance with the Good Laboratory Practice (GPL, 21 CFR Part 58 and 21 CFR Part 11) regulations. Anticipated period of performance is a base year with four (4) 1-year option periods. Place of Performance: 3900 NCTR Road, Jefferson, AR 72079 The subsequent contractor shall be required to meet the following performance requirements: 1. Minimum of one (1) planned preventative maintenance visit for all units each contract period. All costs for labor, travel, and parts required for preventative maintenance shall be included. 2. Unlimited phone and email support during the contractor's normal operating hours. Initial response within 8 business hours of contact for assistance (e.g., telephone-based, email-based, website-based, etc.) 3. Access by the FDA Technical Representative (TR) and system operator personnel to the manufacturer's call center for technical assistance, which is staffed by senior engineers to provide a high level of expertise for troubleshooting the instrument. 4. Unlimited on-site corrective/remedial maintenance, service/repair visits which again includes all labor, parts, and travel costs. Provide on-site service response within three business days of notification if issue cannot be corrected remotely within 8 hours from call for service. 5. Absolute adherence to and conformity with Original Equipment Manufacturer (OEM) specifications, manuals, bulletins, latest technical developments, PM procedures, application updates using OEM replacement parts, components, subassemblies etc. in performing all preventative maintenance and repair services. 6. Performance by formally trained and certified technicians/engineers, following Original Equipment Manufacturer (OEM) specifications, manuals, and service bulletins, using OEM replacement parts, components, subassemblies, etc. 7. System software and firmware updates required for reliability improvements and correction of any defects; 8. Deliverables: Service Records and Reports The Contractor shall, commensurate with the completion of each service call or preventative maintenance visit, provide the end-user of the equipment and the Contracting Officer 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. FOB Point Destination. All items/services shall include shipping and handling to the destination identified herein. The offeror shall furnish sufficient information necessary for the Government to conclusively determine that respondents would be able to provide the specified services meeting the technical requirements identified above. Though the target audience is small businesses 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; • Information on available service/maintenance plans for the identified TSE Systems equipment; • Three (3) years of past performance service information, if not the manufacturer of the equipment identified herein, where the respondent has provided same or substantially similar service solutions on the same or near-same TSE Systems equipment. For each past performance reference include the date of sale and service, description of service provided and the manufacturer name, model and serial number(s) of the equipment serviced, dollar value of those services, client names, client addresses, client point of contact names, client point of contact mailing address (if different from that provided for client), client point of contact phone numbers, and client point of contact email address; • Documentation, if not the manufacturer of the equipment identified herein, of technical competency on the operation and repair of the TSE Systems inhalation exposure systems. Such documentation should include certification from the original equipment manufacturer or other training certificates within the past calendar year. • If applicable, identification of the firm's GSA Schedule contract(s) by Schedule number and SINs that are applicable to this potential requirement. • If a large business, identify the subcontracting opportunities that would exist for small business concerns; • Standard commercial warranty on services and payment terms; and • 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 December 22, 2017 by 13:00 hours (Central Time in Jefferson, Arkansas) to nick.sartain@fda.hhs.gov, or mail to the Food and Drug Administration, OO/OFBA/OAGS/DAP, Attn: Nick Sartain, 3900 NCTR Road, Building 50, Room 422, Jefferson, AR 72079-9502. Reference FDA1193314. Notice of Intent Responses to this sources sought announcement will assist the Government in determining whether or not 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).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/FDA1193314/listing.html)
 
Place of Performance
Address: 3900 NCTR Road, Jefferson, Arkansas, 72079, United States
Zip Code: 72079
 
Record
SN04765717-W 20171215/171213231216-b99605fcb842c255a18413bd3caef6b6 (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.