Arkansas Bids > Bid Detail

Preventative Maintenance and Repair service for Thermo Exploris MS system and subcomponents

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159534281921329
Posted Date: Mar 21, 2023
Due Date: Mar 28, 2023
Solicitation No: FDA-SSN-117656
Source: https://sam.gov/opp/6b4997c3bf...
Follow
Preventative Maintenance and Repair service for Thermo Exploris MS system and subcomponents
Active
Contract Opportunity
Notice ID
FDA-SSN-117656
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
FOOD AND DRUG ADMINISTRATION
Office
FDA OFFICE OF ACQ GRANT SVCS
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Mar 21, 2023 11:23 am CDT
  • Original Response Date: Mar 28, 2023 01:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J066 - MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT
  • NAICS Code:
    • 811210 - Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance:
    Jefferson , AR 72079
    USA
Description

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) is issuing this source sought announcement on behalf of the National Center for Toxicological Research (NCTR) in order to determine if there are existing small business sources and other than small business sources capable of providing Post-warranty Preventive Maintenance and Repair service for Thermo Exploris MS system and subcomponents, including four (4) four 1-year Preventive Maintenance and Repair service option periods, meeting the requirements below.



If your firm is considered a small business source under North American Industry Classification System (NAICS) Code 811210 – Electronic and Precision Equipment Repair and Maintenance; with a Small Business Size Standard of $34 Million and you believe that your firm would be able to provide the FDA with the supplies/services described below, please submit an email to Warren.Dutter@fda.hhs.gov. The vendor should include information about the company and demonstrate that it can meet all the minimum performance requirements.



The National Center for Toxicological Research (NCTR), Division of Systems Biology (DSB) requires a Post-warranty Preventative Maintenance and Repair service for Thermo Exploris MS system and subcomponents. This system is used continuously for lipidomics and metabolomics analysis in the Omics, Models, Imaging and Chemistry (OMIC) Branch.







Equipment:




  1. Thermo Exploris mass spectrometer system, S/N: MM10285C

  2. Vanquish Split Sampler, S/N: 8330951

  3. Vanquish Binary Pump, S/N: 8330828





Preventive Maintenance and Repair Service Minimum Performance Requirements:






    1. The Contractor shall provide one (1) planned on-site preventive maintenance visit per year.

    2. All maintenance/repair pricing shall be inclusive of labor, travel, replacement parts, components, subassemblies, etc for the system.

    3. The Contractor shall provide unlimited On-Site Corrective Maintenance/Repairs within 3 business days of call for service where problems cannot be resolved remotely after 2 business days.

    4. The Maintenance and Repair activities shall be performed by the service engineers who are trained and certified by the Original Equipment Manufacturer (OEM). The service provider should follow the OEM specifications, manuals, and service bulletins, using OEM-certified replacement parts, components, subassemblies, etc.

    5. The service plan shall include access to OEM technical developments, repair procedure bulletins, and unlimited software, firmware, and application updates.

    6. The Contractor shall provide factory-certified replacement parts.

    7. The Contractor shall include unlimited technical support (via phone and email) on software and hardware and trouble-shooting with the equipment issues, Monday through Friday (excluding Federal Holidays) 8:00AM – 4:00PM Central Time.







Service Records and Reports - the Contractor shall, commensurate with the completion of each service call (inclusive of warranty service), provide the end-user of the equipment 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. In addition, the Contractor shall provide a written report to the FDA COR and Contract Specialist, summarizing all maintenance and repair activities (including warranty work) each time service and/or repair is performed.







Period of Performance:





Base Period: 5/2/2023 - 5/1/2024*



Option Year 1: 5/2/2024 - 5/1/2025*



Option Year 2: 5/2/2025 - 5/1/2026*



Option Year 3: 5/2/2026 - 5/1/2027*



Option Year 4: 5/2/2027 - 5/1/2028*



*Dates are estimated and will be established upon date of award.







Place of Performance:



U.S. Food and Drug Administration



National Center for Toxicological Research



3900 NCTR Rd



Jefferson, AR 72079





Though the target audience is small business vendors or small businesses capable of supplying a U.S. service of a small business vendor or producer all interested parties may respond. At a minimum, responses shall include the following:








  • Business name and bio, unique entity identification (UEI) 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 product and 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 UEI number and size status) if not the respondent.






  • Descriptive literature, brochures, marketing material, etc. detailing the nature of the product and service the responding firm is regularly engaged in manufacturing and/or selling.






  • The offeror shall furnish sufficient technical information necessary for the Government to conclusively determine that the offered services meet the technical requirements identified above.






  • The offeror shall advise if the product and/or service is on a Best in Class contract.






  • If applicable, the offeror shall clearly identify where the offered product is made.






  • 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.






  • Standard commercial warranty and payment terms.






  • Provide place of product manufacture or service performance and any other applicable information to enable review and analysis pertaining to the Buy American statute and requirements relating to Made in America in the event a nonavailability waiver request through the MIAO Digital Waiver Portal is needed.






  • Informational pricing is desired.








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









Interested Contractors must respond with capability statements which are due by email to the point of contact listed below on or before March 28, 2023 by 1:00 PM Central Time at the Food and Drug Administration, Field Operations Branch, FDA|OO|OFBA|OAGS|DAP, Attn: Warren Dutter, email warren.dutter@fda.hhs.gov. Reference: FDA-SSN-117656.







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 sam.gov. 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.


Attachments/Links
Contact Information
Contracting Office Address
  • 4041 Powder Mill Road 4th Floor
  • Beltsville , MD 20705
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 21, 2023 11:23 am CDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >