PREVENTATIVE MAINTENANCE AND REPAIR SERVICES FOR THE INSTRUMENTATIONS

expired opportunity(Expired)
From: Federal Government(Federal)
W912HZ-23-R-0014

Basic Details

started - 27 Jan, 2023 (15 months ago)

Start Date

27 Jan, 2023 (15 months ago)
due - 13 Feb, 2023 (14 months ago)

Due Date

13 Feb, 2023 (14 months ago)
Bid Notification

Type

Bid Notification
W912HZ-23-R-0014

Identifier

W912HZ-23-R-0014
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (707822)DEPT OF THE ARMY (132962)USACE (38064)OTHER_DIVISION (3558)W2R2 USA ENGR R AND D CTR (946)
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 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 yearUnlimited service visits for all repairs and instrument performance issuesCost for all consumables, repair parts, boards, and pumps included in contractCost for all on-site labor, travel and expenses included in contractQuick service (3 day or less) response once notified of service/repair needQualified repair/service technicians and replacement partsThe 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:ModelDescriptionG3440AAgilent 7890 Series GCSerial Number (US11391019)G4514Agilent Auto sampler TraySerial Number (US11350178)7693AAgilent Auto samplerSerial Number (US11370433)G3540AAgilent 8890 GC Custom SystemSerial Number (US2038A038)G4513AAgilent 7693A Auto injectorSerial Number (US20380301)G4513AAgilent 7693A Auto injectorSerial Number (US20380300)G4514AAgilent 7693A Tray, 150 VialSerial Number (RO2027703)G3440BAgilent 7890B Series GC CustomSerial Number (US18243011) G7077BAgilent 5997B Inert Plus MSD Turbo El Mainframe Serial Number (US1824M012) G8128AAgilent TD100-xr with Electronic Flow ControlSerial Number (GB00K-21483)G1033AAgilent NIST 2014 MS Library BundleSerial Number (DEW0577208)G7077-80057Agilent New-24V IDP3 scroll pump with valveSerial Number (MY18230050)G3542AAgilent 8890 Mainframe MS Ready S/SLSerial Number (US2027A005(GC))G7077BAgilent 5997B Inert Plus MSD Turbo El MainframeSerial Number (US2035M005(MS)G4513AAgilent 7693A Auto injectorSerial Number (US20340242)G4514AAgilent 7693A Tray, 150 VialSerial Number (RO20287060)G7077-80057Agilent New-24V IDP3 scroll pump with valveSerial Number (MY20070054)G3540AAgilent GCSerial Number (US2030A035 (GC))G7000DAgilent 7000D MS/MS EI MainframeSerial Number (US2030U304(MS))G4514AAgilent 7693A Tray, 150 VialSerial Number (US20290244)G4513AAgilent 7693A Auto injectorSerial Number (US20300195)G7004-80010Agilent New IDP10 scroll pump with valveG1311A-BAgilent 1200 Series Quaternary PumpSerial Number (DE62966821)G1322A-BAgilent 1200 Vacuum DegasserSerial Number (JP73065349)G1329AAgilent 1200 Series Standard Auto samplerSerial Number (DE64768860)G1330B-BAgilent 1200 Cooled Thermostatted ALSSerial Number (DE60564954)G1315D-BAgilent 1200 Series Diode Array DetectorSerial Number (DE64258737)G1314BAgilent 1260 Variable Wavelength Detector VLSerial Number (DE71362715)G1316A-BAgilent 1200 Thermostatted Column CompartmentSerial Number (DE63070785)G1329BAgilent 1260 Standard Auto samplerSerial Number (DEAB307066)G1311CAgilent 1260 Quaternary Pump VLSerial Number (DEAB803555)G1316AAgilent 1260 Thermostatted Column CompartmentSerial Number (DEACN08010)G1311A-AAgilent 1100 Series Quaternary PumpSerial Number (DE23923437)G1314AAgilent 1100 VWDSerial Number (JP33321911)G1316A-AAgilent 1100 Thermostatted Column CompartmentSerial Number (DE32134165)G1313AAgilent 1100 Auto samplerSerial Number (DE33211085)G1322AAgilent 1260 Standard DegasserSerial Number (JP13210575)G1330B-AAgilent 1100 Cooled Thermostatted ALSSerial Number (DE13205482)G7162AAgilent 1260 Infinity II RI detectorSerial Number (DEAC905159)G7120AAgilent 1290 Infinity II High Speed PumpSerial Number (DEBA203968)G6495BAgilent TKG-6495 Triple Quadrupole LC/MS SystemSerial Number (SG1917D102)G7116BAgilent 1290 Infinity II Multicolumn ThermostatSerial Number (DEBA404728)G7167BAgilent 1290 Infinity II MultisamplerSerial Number (DEBAS02670)G7120AAgilent 1290 Infinity II High Speed PumpSerial Number (DEBA203283)G7111AAgilent 1260 Infinity II Quaternary Pump VLSerial Number (DEAEX00656)G6120BAgilent LCMS Single Quad Value LineSerial Number (SG17184103)G7129AAgilent 1260 Infinity II Vial samplerSerial Number (DEAEQ09771)G7117CAgilent 1260 Infinity II Diode Array Detector HSSerial Number (DEAEK01490)G1960-80040Agilent New-MS40 Rotary Vane Pumps LCMS VERSIONSerial Number (IT1714V056)G7167-60005Agilent Infinity II Sample CoolerSerial Number (DEBAT09178)G7130AAgilent Integrated Column CompartmentSerial Number (DEBA702764)G1948BAgilent LC/MS API Electrospray SourceSerial Number (SG17219017)N/C 3100Analytik JenaTotal Organic Carbon analyzerSerial Number (N3-929-P)Multi N/C 3100 duoAnalytik JenaTotal Organic Carbon analyzerSerial Number (N3-1384118)HT 1300 Analytik Jena Solid Organic Carbon AnalyzerSerial Number (847/5)ASE 350Dionex Accelerated Solvent Extractor for Sample PrepSerial Number (18110310)ASE 350Dionex Accelerated Solvent Extractor for Sample PrepSerial Number (20010344)NWR 213 Elemental Scientific Lasar Ablation SystemSerial Number (NW400132)Phenom ProXNanoScience Scanning Electon MicroscopeSerial Number (MVE032051675)V-10 TouchBiotage V-10 Touch Evaporation SystemSerial Number (V102108933)QenseNanoscience QCM/AFMSerial Number (QCT401-F1307) Pinaacle 9007Perkin Elmer Graphite FurnaceSerial Number (PZAS13041002)Optima 8300Perkin Elmer ICPSerial Number (078S1409081) Aanalyst 600Perkin Elmer ICPSerial Number (601S10020401)ELAN DRC IIPerkin Elmer ICP/MSSerial Number (AI12690705)NexIon 300 DPerkin Elmer ICP/MSSerial Number (810N1092402)Avio 550Perkin Elmer ICP/MSSerial Number (M81S2109254)Nexion 350 DPerkin Elmer Nexion 350DSerial Number (85DN6101702)10.025PS Analytical Mercury AnalyzerSerial Number (712)TAM IIITA Instruments CalorimeterSerial Number (347)CombiFlash NextGenTeledyne ISCO CombiFlash NextGen 300+Serial Number (219F02037)ICS 11000Thermo FTIRSerial Number (AUP1810451)Evolution 350Thermo EvolutionSerial Number (EVOW323001)Q-ExactiveThermo Electron Orbitrap (MS)Serial Number (SN02917L)Q-ExactiveThermo Electron Orbitrap (Pump)Serial Number (8306436)Genius NM32LA 110VQqQ Nitrogen GeneratorSerial Number (000000000771044691)Genius 3010Orbitrap GeneratorSerial 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.

Vicksburg ,
 MS  39180  USALocation

Place Of Performance : N/A

Country : United StatesState : MississippiCity : Vicksburg

You may also like

SERVICE CONTRACT TO PROVIDE ANNUAL SERVICE AND PREVENTATIVE MAINTENANCE TO THE NEXTSEQ 2000.

Due: 22 Dec, 2024 (in 8 months)Agency: ANIMAL AND PLANT HEALTH INSPECTION SERVICE

ANNUAL PREVENTATIVE MAINTENANCE, PHONE DIAGNOSTIC AND REPAIR SUPPORT

Due: 29 Nov, 2024 (in 7 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

SERVICE CONTRACT FOR PREVENTATIVE MAINTENANCE BD EQUIPMENT

Due: 26 Sep, 2026 (in about 2 years)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Please Sign In to see more like these.

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

Classification

naicsCode 811210Electronic and Precision Equipment Repair and Maintenance
pscCode J066Maintenance, Repair and Rebuilding of Equipment: Instruments and Laboratory Equipment