The applicable North American Industry Classification System (NAICS) code is 811219, Other Electronic and Precision Equipment and Repair and Maintenance, with a small size business standard of $19.0 million.
The U.S. Food and Drug Administration (FDA) is seeking to identify sources that can provide maintenance (minimum requirements listed below) for six (6) AB Sciex Model 4000 QTRAP LC/MS Systems for a base period of one year plus two year option periods. These systems were purchased in Fiscal Year 2008 and are coming off of a three year extended warranty with the Original Equipment Manufacturer (OEM) on 12/23/2012. The equipment Serial Numbers and locations are as follows:
. S/N AR22640808 - Arkansas Regional Laboratory (ARL), 3900 NCTR Road, Building 26, Jefferson, AR
. S/N AR22440807 - Northeast Regional Laboratory (NRL), 158-15 Liberty Avenue, Jamaica, NY
. S/N AR22510808 - Pacific Regional Laboratory Northwest (PRL-NW), 22201 23rd Drive SE, Bothell, WA
. S/N AR22740809 - Pacific Regional Laboratory Southwest (PRL-SW), 19701 Fairchild, Irvine, CA
. S/N AR22580808 - Southeast Regional Laboratory (SRL), 60 8th Street NE, Atlanta, GA
. S/N AR22400807 - Kansas City District Laboratory (KAN), 11630 West 80th Street, Lenexa, KS
Maintenance minimum requirements:
. Contractor shall provide all parts, labor and travel for remedial repairs
. Minimum of two planned maintenance visits per year per instrument
. Guaranteed 2-business day priority response time for on-site repairs
. Priority telephone and e-mail access to application technical support
. All items utilized for repair and/or maintenance shall be new or true factory remanufactured OEM parts
. Service engineers shall be factory trained and have access to OEM's latest technical developments, repair procedures, application updates (including firmware and software) and planned maintenance procedures.
Interested parties are encouraged to respond to this notice. However, be advised that generic capability statements are not sufficient for effective evaluation of respondent's capacity and capability to provide the required specified equipment. Interested parties should submit their capability statement not exceeding ten (10) pages in length, excluding standard brochures. 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, email address of point of contact and reference QTRAP 1113536. Identification of the firm's GSA Schedule contract(s) by number that may be applicable to this potential requirement is also requested.
Parties shall also provide any descriptive literature necessary for the government to determine whether the services offered meets the technical requirements including technical specifications, descriptive literature, brochures and other information which demonstrates the respondent's capabilities.
Interested parties must respond with capability statements in person on or before December 18, 2012 by 1:00 PM (Central Time) Jefferson, Arkansas, at the Food and Drug Administration, Office of Acquisitions and Grants Services, Field Operations Branch, Attn: Marcia Park, 3900 NCTR Road, HFT-322, Jefferson, AR 72079-9502; Faxed to 870-543-7990 or emailed to [email protected].