PREVENTATIVE MAINTENANCE AND REPAIR SERVICES FOR THE INSTRUMENTATIONS
Agency: | DEPT OF DEFENSE |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159158422367774 |
Posted Date: | Jan 27, 2023 |
Due Date: | Feb 13, 2023 |
Solicitation No: | W912HZ-23-R-0014 |
Source: | https://sam.gov/opp/fcb319c3ee... |
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.
- Contract Opportunity Type: Sources Sought (Updated)
- All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
- Updated Published Date: Jan 27, 2023 11:16 am CST
- Original Published Date: Jan 13, 2023 08:46 pm CST
- Updated Response Date: Feb 13, 2023 03:00 pm CST
- Original Response Date: Jan 27, 2023 05:00 pm CST
- Inactive Policy: Manual
- Updated Inactive Date: Mar 01, 2023
- Original Inactive Date: Mar 01, 2023
-
Initiative:
- None
- 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:
Vicksburg , MS 39180USA
This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. No award will be made as a result of this notice. The Government will NOT be responsible for any costs incurred by the respondents to this notice. This notice is strictly for research and information purposes only.
The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition; and (4) availability of domestic sources manufactured in the United States in sufficient and reasonably available commercial quantities and of a satisfactory quality.
Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice.
This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals or quotes.
General. The Contractor shall provide all skilled personnel, equipment, supplies, tools, materials, supervision, and other items necessary to perform this prescribed project as defined in this PWS to meet the performance requirements, except for those items specified as Government furnished property and services.
Equipment Maintenance. The Contractor shall provide on-site repair service and upgrades when required for the instrumentation in the EPC branch of the EL.
The Contractor shall repair and replace parts due to normal wear or other system malfunction.
The Contractor shall inspect, adjust, and install replacement parts for the equipment.
The Contractor shall provide unlimited on-site hardware troubleshooting and repair.
Contractor shall provide a toll-free telephone number for technical support (Help Desk), that is:
- Available during normal duty hours for the specified Government location.
- Remote attempts to correct an issue shall last no longer than 30 minutes.
- If resolution is not reached via remote means, an on-site technician shall respond to the customer location to repair the issue.
-
General maintenance shall be performed on all instruments by the contractor. The general maintenance includes, but is not limited to:
- Fans – Clean, check for performance and replace parts as needed.
- Injection Inlet – Clean, replace injection liners, check for leaks and replace parts as needed.
- Source – Clean all parts of the source and perform general maintenance, replace any faulty parts.
- Housing – Clean and vacuum the inside of the instrument to remove any dust or buildup.
- Rough Pump – Change oil using manufacturer’s recommended quality and check seals for leaks, replace molecular sieves, and replace any parts needed.
- Diffusion or Turbo Pump – Where applicable change diffusion pump oil using manufacturer’s recommended quality and check seals for leaks, replace any parts needed.
- Oxygen Trap – Replace the sieves on instruments equipped with it.
- Filters – Change or clean all filters, as necessary.
- Auto Sampler – Clean the auto sampler trays and general housing, perform checks on motors, perform checks on belts, and replace any parts necessary.
-
Maintain all attached peripherals, including but not limited to: autosamplers, peristaltics, injection towers, pumps, chillers, and control boxes, to keep the instruments in full working condition. Individual instruments:
- μECD and ECD: Verify signal from detectors are within specs. If not, replace the detectors.
- NPD: Verify bead voltage is within specs. If not, replace the beads and/or detectors.
- MS: Verify voltages/signal are within specs. If not replace the detector and/or clean the source.
- HPLC: Verify lamps are within specs. If not, replace the lamps.
Requirements for completion of all PM and service visits:
- The instruments must be fully operational to a minimum of manufacturer’s specifications. Instrument must be kept at the same or better operational condition during contract performance as operating at the beginning of the contract period.
- One midpoint standard will be analyzed by Government Personnel or Representative to verify the instrument is in full working condition.
Capability statement /information sought.
Companies that believe they possess the capabilities to provide the required products should submit documentation of their ability to meet each of the project requirements to the Contracting Officer. The capability statement must specifically address each of the project requirements separately. Additionally, the capability statement should include 1) the total number of employees, 2) the professional qualifications of personnel as it relates to the requirements outlined, 3) any contractor GSA Schedule contracts and/or other government-wide acquisition contracts (GWACs) by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program. Capability statements must also include the Company Name, Unique Entity ID from SAM.gov, Physical Address, and Point of Contact Information. The response must include the respondents’ technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses.
Interested companies are required to identify their type of business, applicable North American Industry Classification System (NAICS) Code, and size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference use "Sources Sought W912HZ- 23-R-0014 on the reference line of the email . All responses to this notice must be submitted electronically to the Contract Specialist Facsimile responses are NOT accepted. The response must be submitted to Sonia Boyd, Contract Specialist, at e-mail address Sonia.j.boyd@usace.army.mil. The response must be received on or before February 13, 2023 at 2:00PM Central Standard Time.
The information submitted must be in and outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein. A cover page and an executive summary may be included but is not required.
The response is limited to ten (10) page limit. The 10-page limit does not include the cover page, executive summary, or references, if requested.
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 presolicitation synopsis and solicitation may be published in www.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.
ATTACHMENT:
This requirement includes all functions, tasks and responsibilities normally performed by a Machinery Maintenance Mechanic with an engineering and science background. The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform maintenance services that include, but are not limited to, preventative maintenance; service and repair for any system malfunction; and routine maintenance and repair/replacement of existing components and parts to sustain daily operations. The Contractor shall comply with all applicable laws and regulations, including but not limited to Federal Law, Mississippi State Law (s), Occupational Safety and Health Administration (OSHA) regulations, Army and installation regulations.
Annual maintenance is solicited for the laboratory instruments listed below. The scope of work for this maintenance contract includes:
- One scheduled visit for preventive maintenance (PM) per year
- Unlimited service visits for all repairs and instrument performance issues
- Cost for all consumables, repair parts, boards, and pumps included in contract
- Cost for all on-site labor, travel and expenses included in contract
- Quick service (3 day or less) response once notified of service/repair need
- Qualified repair/service technicians and replacement parts
The list of potential instrument systems to be maintained, Table 1 below, has been simplified to reflect the serial number of the major piece of instrumentation for system identification purposes. It is expressly stated that all attached peripheral components are included to maintain each instrument system in full operation.
List of potential Instrumentation to be maintained:
Model
Description
G3440A
Agilent 7890 Series GC
Serial Number (US11391019)
G4514
Agilent Auto sampler Tray
Serial Number (US11350178)
7693A
Agilent Auto sampler
Serial Number (US11370433)
G3540A
Agilent 8890 GC Custom System
Serial Number (US2038A038)
G4513A
Agilent 7693A Auto injector
Serial Number (US20380301)
G4513A
Agilent 7693A Auto injector
Serial Number (US20380300)
G4514A
Agilent 7693A Tray, 150 Vial
Serial Number (RO2027703)
G3440B
Agilent 7890B Series GC Custom
Serial Number (US18243011)
G7077B
Agilent 5997B Inert Plus MSD Turbo El Mainframe Serial Number (US1824M012)
G8128A
Agilent TD100-xr with Electronic Flow Control
Serial Number (GB00K-21483)
G1033A
Agilent NIST 2014 MS Library Bundle
Serial Number (DEW0577208)
G7077-80057
Agilent New-24V IDP3 scroll pump with valve
Serial Number (MY18230050)
G3542A
Agilent 8890 Mainframe MS Ready S/SL
Serial Number (US2027A005(GC))
G7077B
Agilent 5997B Inert Plus MSD Turbo El Mainframe
Serial Number (US2035M005(MS)
G4513A
Agilent 7693A Auto injector
Serial Number (US20340242)
G4514A
Agilent 7693A Tray, 150 Vial
Serial Number (RO20287060)
G7077-80057
Agilent New-24V IDP3 scroll pump with valve
Serial Number (MY20070054)
G3540A
Agilent GC
Serial Number (US2030A035 (GC))
G7000D
Agilent 7000D MS/MS EI Mainframe
Serial Number (US2030U304(MS))
G4514A
Agilent 7693A Tray, 150 Vial
Serial Number (US20290244)
G4513A
Agilent 7693A Auto injector
Serial Number (US20300195)
G7004-80010
Agilent New IDP10 scroll pump with valve
G1311A-B
Agilent 1200 Series Quaternary Pump
Serial Number (DE62966821)
G1322A-B
Agilent 1200 Vacuum Degasser
Serial Number (JP73065349)
G1329A
Agilent 1200 Series Standard Auto sampler
Serial Number (DE64768860)
G1330B-B
Agilent 1200 Cooled Thermostatted ALS
Serial Number (DE60564954)
G1315D-B
Agilent 1200 Series Diode Array Detector
Serial Number (DE64258737)
G1314B
Agilent 1260 Variable Wavelength Detector VL
Serial Number (DE71362715)
G1316A-B
Agilent 1200 Thermostatted Column Compartment
Serial Number (DE63070785)
G1329B
Agilent 1260 Standard Auto sampler
Serial Number (DEAB307066)
G1311C
Agilent 1260 Quaternary Pump VL
Serial Number (DEAB803555)
G1316A
Agilent 1260 Thermostatted Column Compartment
Serial Number (DEACN08010)
G1311A-A
Agilent 1100 Series Quaternary Pump
Serial Number (DE23923437)
G1314A
Agilent 1100 VWD
Serial Number (JP33321911)
G1316A-A
Agilent 1100 Thermostatted Column Compartment
Serial Number (DE32134165)
G1313A
Agilent 1100 Auto sampler
Serial Number (DE33211085)
G1322A
Agilent 1260 Standard Degasser
Serial Number (JP13210575)
G1330B-A
Agilent 1100 Cooled Thermostatted ALS
Serial Number (DE13205482)
G7162A
Agilent 1260 Infinity II RI detector
Serial Number (DEAC905159)
G7120A
Agilent 1290 Infinity II High Speed Pump
Serial Number (DEBA203968)
G6495B
Agilent TKG-6495 Triple Quadrupole LC/MS System
Serial Number (SG1917D102)
G7116B
Agilent 1290 Infinity II Multicolumn Thermostat
Serial Number (DEBA404728)
G7167B
Agilent 1290 Infinity II Multisampler
Serial Number (DEBAS02670)
G7120A
Agilent 1290 Infinity II High Speed Pump
Serial Number (DEBA203283)
G7111A
Agilent 1260 Infinity II Quaternary Pump VL
Serial Number (DEAEX00656)
G6120B
Agilent LCMS Single Quad Value Line
Serial Number (SG17184103)
G7129A
Agilent 1260 Infinity II Vial sampler
Serial Number (DEAEQ09771)
G7117C
Agilent 1260 Infinity II Diode Array Detector HS
Serial Number (DEAEK01490)
G1960-80040
Agilent New-MS40 Rotary Vane Pumps LCMS VERSION
Serial Number (IT1714V056)
G7167-60005
Agilent Infinity II Sample Cooler
Serial Number (DEBAT09178)
G7130A
Agilent Integrated Column Compartment
Serial Number (DEBA702764)
G1948B
Agilent LC/MS API Electrospray Source
Serial Number (SG17219017)
N/C 3100
Analytik JenaTotal Organic Carbon analyzer
Serial Number (N3-929-P)
Multi N/C 3100 duo
Analytik JenaTotal Organic Carbon analyzer
Serial Number (N3-1384118)
HT 1300
Analytik Jena Solid Organic Carbon Analyzer
Serial Number (847/5)
ASE 350
Dionex Accelerated Solvent Extractor for Sample Prep
Serial Number (18110310)
ASE 350
Dionex Accelerated Solvent Extractor for Sample Prep
Serial Number (20010344)
NWR 213
Elemental Scientific Lasar Ablation System
Serial Number (NW400132)
Phenom ProX
NanoScience Scanning Electon Microscope
Serial Number (MVE032051675)
V-10 Touch
Biotage V-10 Touch Evaporation System
Serial Number (V102108933)
Qense
Nanoscience QCM/AFM
Serial Number (QCT401-F1307)
Pinaacle 9007
Perkin Elmer Graphite Furnace
Serial Number (PZAS13041002)
Optima 8300
Perkin Elmer ICP
Serial Number (078S1409081)
Aanalyst 600
Perkin Elmer ICP
Serial Number (601S10020401)
ELAN DRC II
Perkin Elmer ICP/MS
Serial Number (AI12690705)
NexIon 300 D
Perkin Elmer ICP/MS
Serial Number (810N1092402)
Avio 550
Perkin Elmer ICP/MS
Serial Number (M81S2109254)
Nexion 350 D
Perkin Elmer Nexion 350D
Serial Number (85DN6101702)
10.025
PS Analytical Mercury Analyzer
Serial Number (712)
TAM III
TA Instruments Calorimeter
Serial Number (347)
CombiFlash NextGen
Teledyne ISCO CombiFlash NextGen 300+
Serial Number (219F02037)
ICS 11000
Thermo FTIR
Serial Number (AUP1810451)
Evolution 350
Thermo Evolution
Serial Number (EVOW323001)
Q-Exactive
Thermo Electron Orbitrap (MS)
Serial Number (SN02917L)
Q-Exactive
Thermo Electron Orbitrap (Pump)
Serial Number (8306436)
Genius NM32LA 110V
QqQ Nitrogen Generator
Serial Number (000000000771044691)
Genius 3010
Orbitrap Generator
Serial Number (000000000771050012)
Period of Performance. The period of performance shall be for one (1) Base Year of 12 months, along with four (4) Option Years of 12 Months.
Place of Performance. The work to be performed under this contract will be performed in Building 3299 at ERDC, Vicksburg, Mississippi 39180.
- ERDC CONTRACTING OFC 3909 HALLS FERRY ROAD
- VICKSBURG , MS 39180-6199
- USA
- SONIA BOYD
- SONIA.J.BOYD@USACE.ARMY.MIL
- Phone Number 6016343251
- Jan 27, 2023 11:16 am CSTSources Sought (Updated)
- Jan 27, 2023 10:32 am CST Sources Sought (Updated)
- Jan 13, 2023 08:46 pm CST Sources 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.