Service contract for 2 Agilent Liquid Chromatography/Mass Spectroscopy (LC/MS Instruments, 2 Agilent Gas Chromatography/Mass Spectroscopy (GC/MS) Instruments, a...

expired opportunity(Expired)
From: Federal Government(Federal)
W912HZ22N2688

Basic Details

started - 29 Nov, 2021 (about 2 years ago)

Start Date

29 Nov, 2021 (about 2 years ago)
due - 06 Dec, 2021 (about 2 years ago)

Due Date

06 Dec, 2021 (about 2 years ago)
Bid Notification

Type

Bid Notification
W912HZ22N2688

Identifier

W912HZ22N2688
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (698498)DEPT OF THE ARMY (131660)USACE (37562)OTHER_DIVISION (3512)W2R2 USA ENGR R AND D CTR (926)

Attachments (1)

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.

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice.  This announcement constitutes the only solicitation and proposals are being requested.Requisition Number W912HZ22N2688 is being issued as a request for proposal (RFP) with intent to award as a single contract. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2021-07. This requirement is for small business set aside under North American Industry Classification System (NAICS) 811219 with a Small Business Size Standard of $22.0 million dollars.The US Army Corps of Engineers, Engineer Research and Development Center (ERDC) 3909 Halls Ferry Road, Vicksburg MS 39180-6199 has a requirement for a service contract for 2 Agilent Liquid Chromatography/Mass Spectroscopy (LC/MS Instruments, 2 Agilent Gas Chromatography/Mass Spectroscopy
(GC/MS) Instruments, and Peak Generator. These are patented instruments and only a certified company capable of support, maintenance, or upgrades to ensure manufacturing specifications are maintained is required.This service contract shall include one preventative maintenance visit for each of the 5 instruments listed during the 12-month contract along with the coverage of unlimited repairs, OEM parts, supplies, consumables, and engineer labor and travel for any preventative maintenance visits or repair visits.  All service shall be performed by an Agilent certified technician.  Once contacted about instrument malfunction, the service contractor shall dispatch an Agilent certified service technician within 5 business days.Item #InstrumentSerial NumberModel Description1GCMSGCMS 5977 Turbo SystemMY20040047New-24V IDP3 scroll pump with valveUS203402477693A AutoinjectorUS2027A0238890 Mainframe MS Ready S/SLUS2034M0245977B Inert Plus MSD Turbo EI Mainframe 2LCMSLCMS Single Quad SystemIT1738V130MS40 Rotary Vane Pumps LCMS VERSIONDEACX054781260 Infinity II VW DetectorDEAEQ114751260 Infinity II VialsamplerSG1738N002LC/MSD for OpenLAB CDS ChemStation EdDEAET010161260 Infinity II Quaternary Pump 3LCMS SINGLE QUADLCMS 6100C SQSystemDEAET024091260 Infinity II Quaternary PumpDEAEK056771260 Infinity II Diode Array Detector HSDEBA704713Integrated Column CompartmentDEAEQ284881260 Infinity II VialsamplerSG19319032LC/MS APIElectrospray SourceIT19285109MS40 Rotary Vane Pumps LCMS VERSIONSG1932N101LC/MSD for OpenLAB CDS4UECD GC8890 GasChromatography SystemUS2038A037Agilent 8890 GC System CustomUS203903047693A AutoinjectorUS203802947693A AutoinjectorRO202770087693A Tray, 150 Vial 571052021Peak generatorThis contract is for a new service contract for the maintenance for 2 Agilent Liquid Chromatography/Mass Spectroscopy (LC/MS Instruments, 2 Agilent Gas Chromatography/Mass Spectroscopy (GC/MS) Instruments, and Peak Generator for a period of 12 months with 3 additional option years for uninterrupted service.Year 1Perform at least one preventative maintenance visit on each instrument except Item 4, UECD GC, as it is currently under warranty until 4/22/2022.  This service contract shall go into effect on that date for Item #4 and its components.  All travel, OEM parts, supplies, and consumables shall be covered under this service contract for preventative maintenance and unlimited repairs for the 5 items listed in the table above.  All service shall be performed by an Agilent certified technician. Items 1, 2, 3 & 5 will have a 12-month period of performance while item 4 will be 8 months beginning 4/22/2022. The technical point of contact (POC) will contact the vendor at any time during the 12-month duration of the contracting period if the instrumentation becomes inoperable and also will schedule one preventative maintenance visit during the contract duration. Once contacted about instrument malfunction, the service contractor shall dispatch an Agilent certified service technician within 5 business days.  The service contractor shall successfully integrate and coordinate all activity needed to execute the service contract agreement.  The contractor shall manage the timeliness, completeness, and quality of problem identification.Option Year 2Perform at least one preventative maintenance visit on each instrument listed in the table above.  All travel, OEM parts, supplies, and consumables shall be covered under this service contract for preventative maintenance and unlimited repairs for the 5 items listed in the table above.  All service shall be performed by an Agilent certified technician. The technical point of contact (POC) will contact the vendor at any time during the 12-month duration of the contracting period if the instrumentation becomes inoperable and also will schedule one preventative maintenance visit during the contract duration.  Once contacted about instrument malfunction, the service contractor shall dispatch an Agilent certified service technician within 5 business days.  The service contractor shall successfully integrate and coordinate all activity needed to execute the service contract agreement.  The contractor shall manage the timeliness, completeness, and quality of problem identification.Option Year 3Perform at least one preventative maintenance visit on each instrument listed in the table above.  All travel, OEM parts, supplies, and consumables shall be covered under this service contract for preventative maintenance and unlimited repairs for the 5 items listed in the table above.  All service shall be performed by an Agilent certified technician. The technical point of contact (POC) will contact the vendor at any time during the 12-month duration of the contracting period if the instrumentation becomes inoperable and also will schedule one preventative maintenance visit during the contract duration. Once contacted about instrument malfunction, the service contractor shall dispatch an Agilent certified service technician within 5 business days.  The service contractor shall successfully integrate and coordinate all activity needed to execute the service contract agreement.  The contractor shall manage the timeliness, completeness, and quality of problem identification.Option Year 4Perform at least one preventative maintenance visit on each instrument listed in the table above.  All travel, OEM parts, supplies, and consumables shall be covered under this service contract for preventative maintenance and unlimited repairs for the 5 items listed in the table above.  All service shall be performed by an Agilent certified technician. The technical point of contact (POC) will contact the vendor at any time during the 12-month duration of the contracting period if the instrumentation becomes inoperable and also will schedule one preventative maintenance visit during the contract duration. Once contacted about instrument malfunction, the service contractor shall dispatch an Agilent certified service technician within 5 business days.  The service contractor shall successfully integrate and coordinate all activity needed to execute the service contract agreement.  The contractor shall manage the timeliness, completeness, and quality of problem identification.*The vendor needs to be aware that any service technician must be a US citizen with a valid ID and all information must be provided prior to the visit for approval to enter the facility.BASIS FOR AWARDThe Government intends to award one contract to the responsible offeror whose quote is responsive to the solicitation and determined to be the best value and most advantageous to the Government. Each quote will be evaluated for technical capability, past performance and price.The following additional FAR clauses and provisions are incorporated by reference and apply to this combined synopsis/solicitation: FAR Clause 52.203-5, Covenant Against Contingent FeesFAR Clause 52.203-7, Anti-Kickback ProceduresFAR Clause 52.203-17, Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower RightsFAR Provision 52.204-7, System for Award ManagementFAR Clause 52.204-13, System for Award Management MaintenanceFAR Provision 52.204-16, Commercial and Government Entity Code ReportingFAR Provision 52.204-18, Commercial and Government Entity Code MaintenanceFAR Clause 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered EntitiesFAR Provision 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or EquipmentFAR Provision 52.204-26, Covered Telecommunications Equipment or Services-RepresentationFAR Provision 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition.FAR Provision 52.212-2, Evaluation - Commercial Items, applies to this acquisition.Offerors must include a completed copy of FAR Provision 52.212-3 Alt I, Offeror Representations and Certifications Commercial Items, with its offer.FAR Clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or EquipmentFAR Clause 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition.FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. Supplement to FAR 52.212-5:  The following FAR clauses are applicable to this acquisition:  52.222-3, 52.219-6, 52.222-21, 52.222-26, 52.222-36, 52.225-13 and 52.232-33.FAR Clause 52.219-8, Utilization of Small Business Concerns (if applicable)FAR Clause 52.222-19, Child Labor – Cooperation with Authorities and RemediesFAR Clause 52.222-35, Equal Opportunity for VeteransFAR Clause 52.222-37, Employment Reports on VeteransFAR Clause 52.222-40, Notification of Employee Rights Under the National Labor Relations ActFAR Clause 52.222-54, Employment Eligibility VerificationFAR Clause 52.223-5, Pollution Prevention and Right-to-know InformationFAR Clause 52.232-2, Service of ProtestFAR Clause 52.232-39, Unenforceability or Unauthorized ObligationsFAR Clause 52.232-40, Providing Accelerated Payments to Small Business ContractorsFAR Clause 52.233-6, Drug Free WorkplaceFAR Clause 52.223-10 Waste Reduction ProgramFAR Clause 52.244-6, Subcontracts for Commercial ItemsFAR Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2011)Supplement to FAR 252.212-7001:  The following FAR clauses are applicable to this acquisition: 252.225-7001, 252.232-7003.FAR Clause 52.247-34, F.O.B. Destination52.204-19 Incorporation By Reference Of Representation And Certifications; 52.219-4 Notice Of Price Evaluation Preference For HUBZone Small Business Concerns; 52.222-50 Combating Trafficking In Persons; 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving; 52.225-25 Prohibition On Engaging In Sanctioned Activities Relating To Iran-Certification; 52.233-3 Protest after Award; 52.233-4 Applicable Law For Breach Of Contract Claim; 252.203-7000 Requirements Relating To Compensation Of Former DoD Officials; 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights; 252.203-7005 Representation Relating To Compensation Of Former DoD Officials; 252.204-7003 Control Of Government Personnel Work Product; 252.204-7012 Safeguarding Of Unclassified Controlled Technical Information; 252.209-7999 Representation By Corporations Regarding An Unpaid Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law (Deviation 2012-O0004); 252.225-7002 Qualifying Country Sources as Subcontractors; 252.225-7048 Export-Controlled Items; 252.232-7010 Levies On Contract Payments The following additional FAR clauses and provisions are incorporated by full text and apply to this combined synopsis/solicitation:52.217-9 Option to Extend the Term of the Contract; 52.219-28 Post-Award Small Business Program Re-representation; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.252-2 Clauses Incorporated by Reference; 52.252-5 Authorized Deviations In Provisions; 52.252-6 Authorized Deviations In Clauses; 252.204-7011 Alternative Line-Item Structure; 252.211-7003 Item Identification And ValuationQuotes are due 6 December 2021 by 3:00 PM (Central Time Zone):  Quotes must be provided in accordance with FAR 52.212-1.  Past performance information is required to be submitted for evaluation (52.212-1(b)(10)).  Quotes will be accepted by email only to: Amanda.Andrews@usace.army.mil. For information concerning this solicitation contact Amanda Andrews via email at the above email address.

ERDC CONTRACTING OFC 3909 HALLS FERRY ROAD  VICKSBURG , MS 39180-6199  USALocation

Place Of Performance : ERDC CONTRACTING OFC 3909 HALLS FERRY ROAD VICKSBURG , MS 39180-6199 USA

Country : United StatesState : Mississippi

You may also like

Please Sign In to see more like these.

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

Classification

naicsCode 811219
pscCode J066Maintenance, Repair and Rebuilding of Equipment: Instruments and Laboratory Equipment