Federal Bid

Last Updated on 10 Aug 2017 at 8 AM
Sources Sought
Ora Indiana

ISO 17025:2005 Lab Balance Calibration and Preventive Maintenance Services

Solicitation ID FDA-17-SS-1186710
Posted Date 20 Jul 2017 at 9 PM
Archive Date 10 Aug 2017 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Office Of Acquisitions And Grants Services - Rockville
Agency Department Of Health And Human Services
Location Ora Indiana United states
ORA Lab Balance PM and Calibration Service

THIS IS NOT A REQUEST FOR PROPOSALS/QUOTES - THIS IS A SOURCES SOUGHT NOTICE/REQUEST FOR INFORMATION AND INFORMATION SUBMITTED WILL BE USED FOR MARKET RESEARCH PURPOSES ONLY. This Sources Sought Request for Information (RFI) is for information, planning and market research purposes only and shall not be construed as either a solicitation or obligation on the part of the Food and Drug Administration or its Centers. The purpose of this RFI is to help the FDA understand the industry best practices and technical solutions capable of providing the full range of services described in this RFI and the draft SOW. FDA will use this market research information to assess the market's capability to successfully meet FDA lab balance preventive maintenance and calibration requirements. FDA welcomes responses from all interested small businesses. FDA does not intend to make a selection decision or award a contract on the basis of responses nor otherwise pay for the preparation of any information submitted or FDA's use of such information. Acknowledgment of receipt of responses will not be made, nor will respondents be notified of the outcome of the FDA's review of the information received. Additionally, the FDA does not intend to hold discussions concerning this RFI with any interested parties. However, FDA reserves the right to contact vendors if additional information is required.

Overview:
The Office of Regulatory Affairs (ORA) laboratory network performs scientific testing on products which are regulated by FDA. To ensure that the testing results are competent and suitable for regulatory purposes, the ORA laboratories are accredited to ISO/IEC 17025:2005 (International Standard for Organization - General requirements for the competence of testing and calibration laboratories) standards. The ISO/IEC 17025:2005 standard requires scientific equipment to be annually calibrated and such calibration procedures are standardized and documented. The purpose of this procurement is to obtain Contractor support to provide calibration and Preventive Maintenance services for Precision and Analytical Balances located at 13 ORA laboratories in the United States.

Notice to Small Businesses:
The purpose of this Sources Sought Notice is to seek declarations of technical capabilities and various information, data, and materials from qualified small business concerns [including Small Businesses, SBA Certified 8(a) Small Businesses, Woman-owned Small Businesses (WOSB), Historically Underutilized Business Zone (HUBZone), and Service-Disabled Veteran-owned Small Businesses (SDVOSB)]. Food and Drug Administration intends to provide maximum practicable opportunities in its acquisitions to small business, service-disabled veteran-owned small business, HUBZone small business, SBA certified 8(a) small business. It is our intention to award an Indefinite-Delivery/Indefinite-Quantity (IDIQ) with a performance period of one (1) year with four (4) one (1) year options.
General Instructions:

Responses to the RFI should not exceed 10 pages in length. A complete response to the RFI should include all of the information below. Responses should demonstrate capability, not merely affirm the respondent's capability (e.g.: The response must go beyond the statement that, "XYZ company can provide training support.").

Please provide documentation of the size of your business. If you are classified as a small business, Historically Underutilized Business Zone small business, Service Disabled Veteran Owned Small Business, Woman-Owned Small Business and/or SBA 8(a) certified small business. Please provide a capability statement in addition to the other information for acquisition strategy determination. Additionally, please demonstrate your firm's capability to meet the requirements of FAR 52.219-14, Limitations on Subcontracting.
Please provide suggested appropriate North American Industry Classification System (NAICS) code and rationale.
Please provide the following:
a. Organization name
b. DUNS number
c. Organization's website
d. Contact Name
e. Contact Telephone
f. Contact E-mail address
g. Socio-Economic Status designation
h. Number of employees in your organization

Attachments:
1. Draft SOW
See attached DRAFT statement of work (SOW), which is subject to change. Potential offerors responding to this notice are highly encouraged to review the attached DRAFT SOW and provide comments and feedback. The attached document is a Word document and we request potential offerors to use the comments feature to provide their feedback.

THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. The result of this market research will contribute to determining the method of procurement.

All responses are due July 26, 2017 at 5:00 PM and must be emailed to [email protected].

Bid Protests Not Available

Similar Past Bids

Fowler Ohio 11 Jul 2016 at 5 PM
Redstone arsenal Alabama 08 Nov 2017 at 4 PM
Redstone arsenal Alabama 10 May 2018 at 6 PM
Redstone arsenal Alabama 30 Apr 2018 at 7 PM
Location Unknown 10 Nov 2016 at 4 PM

Similar Opportunities

New york New york 10 Dec 2028 at 3 PM
Irvine California 30 Dec 2030 at 8 PM
Irvine California 30 Dec 2030 at 8 PM
Fort belvoir Virginia 09 Jul 2025 at 5 PM
Tacoma Washington 18 Jul 2025 at 5 PM