Federal Bid

Last Updated on 05 Mar 2016 at 9 AM
Sources Sought
Center Kentucky

Waters Technologies UPLC Components Annual Preventive Maintenance Services

Solicitation ID FDA_16-223-SOL-1161969
Posted Date 12 Feb 2016 at 4 PM
Archive Date 05 Mar 2016 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Office Of Acquisitions And Grants Services - Rockville
Agency Department Of Health And Human Services
Location Center Kentucky United states
THIS IS A SOURCES SOUGHT ANNOUNCEMENT, A MARKET SURVEY FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. NO TELEPHONE CALLS WILL BE ACCEPTED REQUESTING AN RFQ PACKAGE OR SOLICITATION. THERE IS NO RFQ PACKAGE OR SOLICITATION. IN ORDER TO PROTECT THE PROCUREMENT INTEGRITY OF ANY FUTURE PROCUREMENT, IF ANY, THAT MAY ARISE FROM THIS ANNOUNCEMENT, INFORMATION REGARDING THE TECHNICAL POINT OF CONTACT WILL NOT BE GIVEN AND NO APPOINTMENTS FOR PRESENTATIONS WILL BE MADE.

The U.S. Food and Drug Administration (FDA), Office of Acquisitions and Grants Services (OAGS) has issued this sources sought announcement on behalf of the National Center for Toxicological Research (NCTR), in order to determine if there are existing small business sources capable of providing annual preventive and corrective maintenance services (Base + 4 1-year Maintenance Option periods) for the following Waters Technologies UPLC Components:
- Xevo TQ-S Mass Spectrometer
- UPLC Nano Sample Manager
- UPLC Nano Binary Solvent Manager
- UPLC Nano Sample Manager
- UPLC Nano Binary Solvent Manager
- UPLC I Sample Manager -FTN
- UPLC I Binary Solvent Manager
- UPLC Active Column Heater
- UPLC TUV Detector TC

If your firm is considered a small business source under North American Industry Classification System (NAICS) 811219 - Other Electronic and Precision Equipment Repair and Maintenance; with a Small Business Size Standard of $20.5 Million, and believe that your firm would be able to provide the FDA with the services described below, please submit an email to [email protected]. The vendor shall include information about the company, demonstrate they have recent (within the past 3 years) and relevant past performance information for preventative maintenance services on Waters Technologies UPLC components, and can meet all of the minimum performance requirements.

Background: The FDA/NCTR currently owns the above identified instruments which are currently covered under an Annual Performance Maintenance Plan which will expire April 27, 2016.

Minimum Performance Requirements:
- Shall perform at least one on-site Preventative Maintenance (PM) visit per year
- All maintenance activities shall be performed by formally trained and certified technicians/engineers, following Original Equipment Manufacturer (OEM) specifications, manuals, and service bulletins, using OEM replacement parts, components, subassemblies, etc.
- Shall include unlimited software and firmware updates
- Shall include unlimited technical support, Mondays - Fridays (excluding Federal Holidays) between the hours of 8:00 AM - 5:00 PM Central Time.
- Pricing shall be inclusive of labor, travel, replacement parts, components, subassemblies, etc.
- 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.

Period of Performance: (Base + 4 1-year Option period)
- Base: 4/28/2016 - 4/27/2017
- Option Year 1: 4/28/2017 - 4/27/2018
- Option Year 2: 4/28/2018 - 4/27/2019
- Option Year 3: 4/28/2019 - 4/27/2020
- Option Year 4: 4/28/2020 - 4/27/2021

Place of Performance:
U.S. Food and Drug Administration
National Center for Toxicological Research
3900 NCTR Road
Jefferson, AR 72079

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.

Responses to this sources sought shall unequivocally demonstrate that the respondent is regularly engaged in the sale of same or substantially similar service. Though the target audience is small business or small businesses capable of providing service from another small business, 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, SDB, WOSB, LB), point of contact name, mailing address (if different from business address), phone number and email address. Provide this same information again if responding to provide a service offered by another firm.

- Past Performance information for the manufacturer and/or sale of same or substantially similar service or similar brand instruments to include date of sale, description, dollar value, client name, client address, client 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, marketing material, etc. detailing the nature of the service the responding firm is regularly engaged in manufacturing and/or selling.

- If applicable, identification of the firm's GSA Schedule contract(s) by Schedule number and SINs that are applicable to this potential requirement are also requested. If a large business, provide if subcontracting opportunities exist for small business concerns. The Government is not responsible for locating or securing any information, not identified in the response.

Interested Contractors must respond with capability statements in person, by e-mail, fax, mail or other delivery method before 1:00 pm (Central Standard Time - Local Prevailing Time in Jefferson, Arkansas) on February 19, 2016 to [email protected], Fax (870) 543-7990, or mail to the U. S. Food and Drug Administration, OO/OFBA/OAGS/DAP, Attention of Howard Nesmith, 3900 NCTR Road, Building 50, Room 424, Jefferson, AR 72079-9502 and Reference: FDA_16-223-SOL-1161969.

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).

Additional Notes:
If the stated requirements appear restrictive, please submit comments detailing the concern. Though this is not a request for quote, informational pricing for the service would be helpful.

Bid Protests Not Available

Similar Past Bids

Location Unknown 07 May 2009 at 6 PM
Location Unknown 22 Sep 2012 at 12 AM
Location Unknown 14 May 2015 at 7 PM
Center Kentucky 31 Aug 2009 at 9 PM
Saint louis Missouri 20 Jun 2017 at 6 PM

Similar Opportunities