Statement of Objectives:
Currently the Food and Drug Administration, CBER has a requirement for a One year service maintenance agreement for BD LSR II special order research flow cytometer including; flow cytometer, computer workstation, 5 lasers (blue, red, green, UV and violet) and high throughput sampler
The requirement is for a system that meets or exceeds the following requirements:
Technical Requirements
Service maintenance contract for special order research LSR2 with 5 lasers (blue, red, green, UV and violet) to include:
• 2 preventive maintenance visits / year (including parts)
• unlimited service visits
• manufacturer certified technician
• manufacturers approved parts
• software updates
• travel
• labor
• unlimited phone support
• 48 hour guaranteed response to emergency
• 1 preventative maintenance / year for HTS unit
Location: Rockville, MD 20892
Period of Performance: 1 year from date of award
Small Businesses are encouraged to respond if they have the capability and capacity to provide the identified services. Interested small business potential offerors are encouraged to respond to this notice. However, be advised that generic capability statements are not sufficient for effective evaluation of respondents' capacity and capability to perform the specific work as required. Responses must directly demonstrate the company's capability, experience, and/or ability to marshal resources to effectively and efficiently perform the task described above at a sufficient level of detail to allow definitive numerical evaluation; and evidence that the contractor can satisfy the minimum requirements listed above while in compliance with FAR 52.219-14 ("Limitations on Subcontracting"). Failure to definitively address each of these factors will result in a finding that respondent lacks capability to perform the work. Responses to this notice shall be limited to 5 pages, and must include:
1. Company name, mailing address, e-mail address, telephone and fax numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives.
2. Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses.
3. If qualified as an 8(a) firm (must be certified by the Small Business Administration (SBA), Small Disadvantaged Business (must be certified by SBA), Woman-Owned Small Business, HUBZone firm (must be certified by SBA), and/or Service-Disabled Veteran Owned Small Business (must be listed in the VetBiz Vendor Information Pages).
4. DUNS number, CAGE Code, Tax Identification Number (TIN), and company structure (Corporation, LLC, partnership, joint venture, etc). Companies also must be registered in the Central Contractor Registration (CCR) at www.ccr.gov to be considered as potential sources.
5. Identification of any GSA Schedule contract(s) by Schedule number and contract number and SINs that are applicable to this potential requirement are also requested.
6. If the company has a Government approved accounting system, please identify the agency that approved the system. Please submit copies of any documentation, such as letters or certificates to indicate the firm's status (see item #3 above). To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. Interested offerors should submit their capability statement not exceeding five (5) pages in length.
Phone calls will not be accepted or returned. Interested firms or individuals may submit the requested information to: [email protected] or
US Food and Drug Administration
George Gonzalez
5630 Fishers Lane / HFA-500
OAGS/DAO RM 2105
Rockville, MD 20857