Federal Bid

Last Updated on 25 Feb 2014 at 9 AM
Sources Sought
Location Unknown

Conversion of One (1) FACSAria I Flow Cytometer to a FACSAria II Flow Cytometer

Solicitation ID 1129619
Posted Date 30 Jan 2014 at 8 PM
Archive Date 25 Feb 2014 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Office Of Acquisitions And Grants Services - Jefferson
Agency Department Of Health And Human Services
Location United states
MARKET RESEARCH PURPOSES ONLY
NOT A REQUEST FOR PROPOSAL OR SOLICITATION

This is a sources sought to determine the availability and capability of small businesses to provide an upgrade to an existing instrument. The associated North American Industry Classification System (NAICS) Code is‐ 811219 Other Electronic and Precision Equipment Repair and Maintenance; Small Business Size Standard is $19.0 million.

Part I: General Information (Introduction/Background/Scope)

The U.S. Food and Drug Administration (FDA), is conducting market research to support the National Center for Toxicological Research (NCTR), Division of Genetic and Molecular Toxicology (DGMT) requirement for service to convert one (1) FACSAria I Flow Cytometer (Serial No. P07800167) to a FACSAria II Flow Cytometer. This service is critical to keep the instrument operational at optimal performance for the mission of DGMT's flow cytometry analysis and sorting. Due to a planned software update on the control computer from Windows XP to Window 7, the complete instrument, to include mechanics and software, needs to be upgraded for compatibility reasons. The equipment was purchased around 2008 and has been covered under a maintenance agreement since the warranty expiration around 2009. The instrument is currently being maintained by the manufacturer, Beckton, Dickinson & Co.

Part II: Work Requirements

A. Service Requirements

At a minimum the Contractor shall:

• Convert the existing FACSAria I Flow Cytometer to a FACSAria II with temperature control, inclusive of all necessary parts (wetchart, flow cells, valves, tubing, sort blocks, tube holders, aspirator, splash shields, enclosures, and nozzles), freight, labor and travel to make the required software and hardware upgrades to achieve Windows 7 operating system compatibility.
• Perform all conversion activities on-site with formally trained and certified technicians/engineers, following Original Equipment Manufacturer (OEM) specifications, manuals, and service bulletins, using OEM-certified new replacement parts, components, subassemblies, etc.
• Provide training on the system (details to be firmed at time of award based on offers).
• Include a minimum of a 1-year parts and labor warranty from the date of acceptance.
• Provide records and reports, commensurate with the completion of the upgrade, to the end-user of the equipment, to include a copy of a field service report/ticket identifying the equipment name, manufacturer, model number, and serial number of the equipment (along with any changes in the instrument's pertinent information as a result of the upgrade) , a detailed description of the work performed, the test instruments or other equipment used to perform the upgrade, the name(s) and contact information of the technician who performed the upgrade, and for information purposes, the on-site hours expended and parts/components replaced. In addition, the Contractor shall provide a written report to the FDA COR and Contract Specialist, summarizing all maintenance and repair activities each time service and/or repair is performed.

Part III: Supporting Information

A. Place of Performance

Shall be maintained at:
U.S. Food and Drug Administration
3900 NCTR Rd., Bldg 53A, Rm 219
Jefferson, AR 72079

Vendor shall coordinate installation with Project Officer (to be provided with order).

B. Period of Performance

System upgrade shall be completed within 60 calendar days from date of award.


Part III: Instructions to Prospective Respondents

Responses to this sources sought shall unequivocally demonstrate that respondent has certified/trained technicians to perform the services. Though the target audience is small businesses capable of upgrading the equipment, all interested parties may respond. At a minimum, responses shall include the following:

• Business name and bio, DUNS number, business address, business website, business size status (i.e., SB, VOSB, SDVOSB, HUBZone SB, 8(a), SDB, WOSB, EDWOSB, LB), point of contact name, mailing address (if different from business address), phone number and email address;

• Three (3) years of past performance information for the service of same or substantially similar items, to include date of services, description (should also include technical literature and specifications), dollar value, client name, client address, client point of contact name, client point of contact mailing address (if different from that provided for client), client point of contact phone number, client point of contact email address, and name of the manufacturer (to include DUNS number and size status) if not the respondent;

• Descriptive literature, brochures, specifications, marketing material, etc. detailing the nature of the services the responding firm is regularly engaged in providing;

• If applicable, identification of the firm's GSA Schedule contract(s) by Schedule number and SINs that are applicable to this requirement;

• If a large business, identify the subcontracting opportunities that would exist for small business concerns;

• Although this is not a request for quote, informational pricing is encouraged;

• 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.

The Government is not responsible for locating or securing any information, not identified in the response.

Interested Parties 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 10, 2014 by 1:00 PM (Central Time in Jefferson, Arkansas) at the Food and Drug Administration, OC/OA/OAGS, Attn: Crystal G. McCoskey, 3900 NCTR Road, Bldg 50/Room 426, HFT‐320, Jefferson, AR 72079‐9502 or email [email protected]. Reference #1129619 in all correspondence with the point of contact listed above.

Notice of Intent
Responses to this sources sought announcement will assist the Government in determining whether this requirement should be set aside for small business, made available to full and open competition or procured through other than full and open 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 combined synopsis/solicitation (No. 1129619) may be published via 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).

 

Bid Protests Not Available

Similar Past Bids

San francisco California 29 Jul 2009 at 10 PM
Location Unknown 04 Dec 2014 at 9 PM
Location Unknown 16 Aug 2018 at 5 PM
Location Unknown 14 May 2019 at 7 PM
Location Unknown 12 Jan 2012 at 7 PM

Similar Opportunities

Location Unknown 10 Jul 2025 at 4 PM
Hill air force base Utah 21 Oct 2026 at 6 AM
Saint clair Michigan 14 Jul 2025 at 6 PM
Silver spring Maryland 08 Jul 2025 at 6 PM