Purchase an upgraded automated liquid handling system to replace an existing Eppendorf epMotion 5070 automated liquid handler with post warranty service options

expired opportunity(Expired)
From: Federal Government(Federal)
FDA-SSN-1224636

Basic Details

started - 02 Apr, 2020 (about 4 years ago)

Start Date

02 Apr, 2020 (about 4 years ago)
due - 09 Apr, 2020 (about 4 years ago)

Due Date

09 Apr, 2020 (about 4 years ago)
Bid Notification

Type

Bid Notification
FDA-SSN-1224636

Identifier

FDA-SSN-1224636
HEALTH AND HUMAN SERVICES, DEPARTMENT OF

Customer / Agency

HEALTH AND HUMAN SERVICES, DEPARTMENT OF (26776)FOOD AND DRUG ADMINISTRATION (2324)FDA NATIONAL CENTER FOR TOXICOLOGICAL RESEARCH (43)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

MARKET RESEARCH PURPOSES ONLY NOT A REQUEST FOR PROPOSAL OR SOLICITATIONThe Food and Drug Administration (FDA), National Center for Toxicological Research (NCTR), Biochemical Toxicology requires an upgraded automated liquid handling system to replace an existing Eppendorf epMotion 5070 automated liquid handler (Serial Number: 5070-01902). This system is being discontinued by the manufacturer and support will end soon.  An upgrade is required to ensure the continuous performance of the instrument in providing data in support of NCTR approved Protocols.  Also required is a post-warranty service agreement with options to ensure the instrument will be evaluated and maintained periodically thus insuring the instrument will continue working without any or a minimal down time.   The FDA is seeking small business sources to determine the availability and capability of small businesses capable of providing the items described herein. Other than small business concerns are also encouraged to
submit capability statements. The following information is provided to assist the FDA in conducting Market Research to identify potential contractors for this effort:The associated North American Industry Classification System (NAICS) Code is 334516 - Analytical Laboratory Instrument Manufacturing; Small Business Size Standard is 1,000 or fewer employees.The vendor shall be capable of accepting the following pre-owned equipment as a trade-in at the FDA’s option:Eppendorf epMotion 5070 automated liquid handler (Serial Number: 5070-01902)“Brand Name or Equal” Eppendorf epMotion 5070 automated liquid handler system that meets the following specifications:Shall allow for seamless transition of current sampling methods to the new system to prevent loss of existing sampling data.Shall have a four-position worktable, plus unlimited virtual positions for programming flexibility.Shall have autoclavable pipetting tools in single and 8-channel formats.Shall have a pipetting range from 200 nL to 1,000 μL. (Accuracy with coefficient of variation as low as + 0.31 % at 1 μL.)Shall be compatible with micro- and PCR plated up to 384 wells.Shall be compatible with tubes from 0.2 mL to 50 mL.Shall be compatible with both sterile and non-sterile pipet tips.Shall allow programming to modify the method to use a tip multiple times as well as single use.Shall have an optical sensor for detecting liquid level in labware and tips.Shall have a safety sensor which stops the head when the door is opened to add tips and additional samples.Shall allow automatic exchange of two pipetting tools.Shall be controlled by a PC system which has factory installed  software compatible with existing sampling data.PC shall be upgradeable for barcode tracking and GLP/GMO software versionsContractor shall provide onsite installation and training.Shall include a one-year warranty.Post-Warranty Service Minimum Performance Requirements:The Contractor shall provide one (1) scheduled on-site planned preventive maintenance visit per year.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. The Maintenance and Repair activities shall be performed by formally trained and certified technicians/engineers, following absolute adherence to and conformity with Original Equipment Manufacturer (OEM) specifications, manuals, service bulletins, latest technical developments, PM procedures, application updates, using OEM-certified replacement parts, components, subassemblies, etc.The Contractor shall include unlimited software and firmware updates during the coverage period(s).The Contractor shall guarantee technical support Monday through Friday (excluding Federal Holidays) 8:00AM - 5:00PM Central Time.All maintenance/repair 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 (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:Delivery shall be made within 60 days of award.  Warranty shall commence upon acceptance of the Automated Liquid Handler System. Post-warranty Preventative and corrective/remedial maintenance repair service, if exercised, shall commence, upon expiration of the warranty period and continue for a year, which may be extended in annual increments. If/when Option Year 1 is exercised; the periods of performance for all options will be firmed via bilateral modification.The period of performance for the option periods in any resultant award will be estimated based on the date of  award, required delivery of the system (inclusive of inside delivery, installation, and training), and the offered warranty period.Place of Delivery:3900 NCTR RdJefferson, AR  72079The offeror shall furnish sufficient technical information necessary for the Government to conclusively determine that the offered product/services meet the technical requirements identified above. Though the target audience is small business manufacturers or small businesses capable of supplying services of a small business, all interested parties may respond.  At a minimum, responses shall include the following:Business name, 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 if responding to provide a product manufactured by another firm);Sufficient descriptive literature that unequivocally demonstrates that offered service can meet the above requirements. All descriptive material necessary for the government to determine whether the service offered meets the technical requirements including: technical specifications, descriptive material, literature, brochures and other information, which demonstrates the capabilities of the contractor to meet the requirement.If applicable, identification of the firm's GSA Schedule contract(s) by Schedule number and SINs that are applicable to this potential requirement. Detailed list of items included and not included on the GSA contract to meet this requirement.Provide information if any of these specifications are too restrictive. No response will be considered that the listed specifications are adequate in a competitive environment.If a large business, identify the subcontracting opportunities that would exist for small business concerns;Standard commercial warranty and payment terms; andThough this is not a request for quote, informational pricing is encouraged.The government is not responsible for locating or securing any information, not identified in the response.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.     Interested Parties shall respond with capability statements which are due by email to the point of contact listed below on or before April 9, 2020 by 1:00 PM (Central Time in Jefferson, Arkansas) to warren.dutter@fda.hhs.gov, Reference: FDA-SSN-1224636.Notice of IntentResponses to this sources sought announcement will assist the Government in determining whether any future requirement similar to this one should be set aside for small business, made available to full and open competition or procure through sole-source acquisition procedures.Disclaimer and Important NotesThis 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.ConfidentialityNo 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).

Jefferson ,
 AR  72079  USALocation

Place Of Performance : N/A

Country : United StatesState : ArkansasCity : Jefferson

Classification

naicsCode 334516Analytical Laboratory Instrument Manufacturing
pscCode 6640Laboratory Equipment and Supplies