Maintenance of Laboratory Instruments in EPC

expired opportunity(Expired)
From: Federal Government(Federal)
W912HZ22N1160

Basic Details

started - 21 Mar, 2022 (about 2 years ago)

Start Date

21 Mar, 2022 (about 2 years ago)
due - 23 Mar, 2022 (about 2 years ago)

Due Date

23 Mar, 2022 (about 2 years ago)
Bid Notification

Type

Bid Notification
W912HZ22N1160

Identifier

W912HZ22N1160
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709598)DEPT OF THE ARMY (133200)USACE (38160)OTHER_DIVISION (3566)W2R2 USA ENGR R AND D CTR (947)

Attachments (2)

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 services 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 W912HZ22N1160 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 2022-04. This requirement is an unrestricted competitive action 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 the maintenance of laboratory instruments in the Environmental Chemistry Branch (EPC).The objective of this contract is to provide
preventative maintenance and repair services for the instrumentation located in the EPC branch of the Environmental Laboratory (EL) at ERDC.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 partsModelDescriptionG3440AAgilent 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)Dimension Icon AFMBruker Atomic Force MicroscopySerial Number (1A394)ASE 350Dionex Accelerated Solvent Extractor for Sample PrepSerial Number (18110310)ASE 350Dionex Accelerated Solvent Extractor for Sample PrepSerial Number (20010344)DSA30S    Kreuss Drop Shape AnalyzerSerial Number (30002977)NWR 213   Elemental Scientific Lasar Ablation SystemSerial Number (NW400132)Phenom ProXNanoScience Scanning Electon MicroscopeSerial Number (MVE032051675)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)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 12 months. Proposals should be emailed to Chelsea.M.Whitten@usace.army.mil and Amanda.Andrews@usace.army.mil by 11:00 AM Central on 23 March 2022.Overall Arrangement of Proposal –The overall proposal shall consist of three (3) parts in one volume individually titled as stated below.Page Limitation and Parts:Part NumberPage LimitationPart I – Technical ProposalExperience20Key Personnel10Technical Approach40Part II – Past PerformanceAs RequiredPart III – PriceAs RequiredPart I – Technical ProposalNO PRICE INFORMATION SHALL BE PROVIDED IN PART I.Subfactor 1: ExperienceThe Offeror shall demonstrate relevant corporate experience related to the evaluation criteria. Relevant corporate experience is experience (within the last 5 years) that is of the same or similar scope and complexity to the work described, and is of the same or similar magnitude (i.e., performing services that, on an annual basis, are at least half the dollar value proposed by the Offeror to perform the requirements). To demonstrate its corporate experience, the Offeror shall identify up to three (3) of its most relevant contracts or efforts within the past five (5) years, and provide any other information the Offeror considers relevant to the requirements of the solicitation. Offerors shall provide a detailed explanation demonstrating the relevance of the contracts or efforts to the requirements of the solicitation.To the extent that the Offeror intends to subcontract significant portions of the effort, for each subcontractor the Offeror shall identify up to three (3) of the most relevant contracts or efforts within the past five (5) years and provide any other information the Offeror considers relevant to the requirements of the solicitation. “Significant”, in this case, means work efforts involving more than 4,000 man hours per annum. In evaluating subcontractor experience, the relevance of subcontractor experience will be determined based on the scope, complexity, and magnitude of the aspects of the work in the solicitation for which the subcontractor is proposed to perform. Therefore, the proposal shall detail clearly the aspects of the work in the solicitation that each subcontractor is intended to perform. The Offeror shall also provide information as to where the subcontractor fits into their organizational chart.Subfactor 2: Key PersonnelKey Personnel is to include narrative descriptions related to the evaluation criteria. Documents required for evaluation include:~Staffing Plan to reflect staffing and management of personnel to fill requirements under the contract, resume(s) for the key personnel proposed, and the physical location of the key personnel and identification of teaming and subcontractors partners.~Quality Control PlanSubfactor 3: Technical ApproachDemonstrate understanding of requirements.Demonstrate approach to meet technical requirements.Ability to provide labor/skill mix to meet functional/technical requirements.Part II - Past Performance ProposalThe Offeror shall demonstrate relevant past performance or affirmatively state that it possesses no relevant past performance. Relevant past performance is performance under contracts or efforts within the past three (3) years that is of the same or similar scope, complexity, and magnitude to that which is described in the solicitation.Offerors are reminded that both independent data and data provided by Offerors in their proposals may be used by the Government to evaluate Offeror past performance. Since the Government may not necessarily interview all the sources provided by the Offerors, it is incumbent upon the Offeror to explain the relevance of the data provided. The Government does not assume the duty to search for data to cure problems it finds in the proposal. The burden ofproviding thorough and complete Past Performance information remains with the Offerors.Part III - Price ProposalOfferors shall submit the Price Proposal in the following format. Conformance with the requested format for a proposal demonstrates ability to follow directions and understand requirements.Price proposals shall consist of the following basic components:a. Fully completed bidding scheduleb. Copies of legal documents outlining joint ventures or partnering arrangements if applicable.c. Annual amount per piece of equipmentd. Other Direct Cost (ODC) Related Information - The Offeror may propose a maximum percentage to be applied to other direct costs.Price Proposal must also include:a.         Annual amount per piece of equipment.b.         Any other direct costs associated with performance.RELATIONSHIP OF ACCEPTED PROPOSAL CONTENT TO THE CONTRACT REQUIREMENTS. By submission of an offer pursuant to this solicitation, the Offeror agrees that the capability presented in the proposal becomes a contract requirement upon award of a contract. No changes, substitutions, or deviations from the accepted proposal may be made without the approval of the Contracting Officer. You, as the Offeror, agree that the explicit capability presented in your proposal shall be provided under this contract at the stated price.BASIS FOR AWARDIt is the Government’s intent to award one contract resulting from this solicitation that will be firm fixed-price (FFP).Selection of a Contractor will be made by an integrated assessment of the proposals submitted and in light of the following criteria. The integrated assessment will involve a determination by the Government of the overall merit of each Offeror's proposal, recognizing that subjective judgment on the part of the Government evaluators are implicit in the entire process. Award will be made to the Offeror whom the Government determines able to accomplish the necessary work in a manner most advantageous to the Government. The evaluation of Technical and PastPerformance will be accomplished without reference to price. A price analysis will be performed.All factors and significant sub-factors that will affect contract award are listed below:Part I – Technical ProposalSubfactor 1: ExperienceThe Offeror’s corporate experience will be evaluated on the degree of relevance to the requirements on the basis of similarity in size, scope, complexity, contract type and period of performance. Only recent experience (within the last 5 years) will be evaluated.Experience that demonstrates a track record of accomplishing all preventative and repair services listed.  Experience that demonstrates an ability to repair and maintain 100% equipment functionality at cost, including supplying parts, labor, travel and any other repair related costs.Experience that demonstrates an ability to respond in three (3) days or less, ensuring no significant negative consequences arise that comprise EPC’s ability to generate deliverables and support critical ERDC research projects.Experience that demonstrates a high level of in-house expertise for the majority of instruments listed, demonstrating capabilities currently lacking in EPC.Experience that demonstrates that if a maintenance or repair task is subcontracted, the subcontracted technicians are qualified and certified and the subcontracted technicians can maintain and repair the instruments within the cost limitations of the contract.Subfactor 2: Key PersonnelDemonstrate that all in-house and subcontracted repair and service technicians are qualified and certified. Demonstrate that all in-house and subcontracted repair and service technicians can operate without involvement of Government personnel.Demonstrate a Quality Control Plan.Subfactor 3: Technical ApproachDemonstrated understanding of the requirements.Demonstrated approach to meet technical requirements.Ability to provide labor/skill mix to meet functional/technical requirements.Part II - Past Performance ProposalThe evaluation of Past Performance is a subjective assessment of the Offeror's Past Performance on contracts of a similar nature, size, scope, and complexity, utilizing a comparable number of personnel with like skills. The Government will consider the Offeror's previous and current record of contractual performance.The Government will use data provided in the Offeror's proposal and data obtained from other sources. The Offeror is cautioned that while the Government will consider data from other sources, the burden of demonstrating satisfactory past performance rests with the Offeror.Part III - Price ProposalPrice Analysis will be accomplished in accordance with FAR 13 and will encompass the following:Rates: The purpose of the price analysis will be to ensure fair and reasonable price associated with proposed annual amount per piece of equipment.ODC Cost Rate: The purpose of this cost analysis is to insure a fair and reasonable rate to be applied to other direct costs.Evaluation Weights and Adjective RatingsEvaluation Weights: An award will be made based on the best value proposal that is determined to be the most beneficial to the Government, with appropriate consideration given to the non-price/cost factors.The Technical factor is significantly more important than the Past Performance factor and Price factor. Within the Technical factor, all subfactors are of equal importance. Past Performance is more important than Price. All of the non-price factors, when combined, are significantly more important than price. To be considered for award, the Offeror must be determined to be acceptable in all areas. A deficiency in any of the areas could constitute a basis for rejection of a proposal.The following FAR clauses and provisions are incorporated by reference and apply to this combined synopsis/solicitation:FAR Clause 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content PaperFAR Clause 52.204-13, System for Award Management MaintenanceFAR Provision 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or EquipmentFAR Clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or EquipmentFAR Provision 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition.FAR Clause 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition.FAR Clause 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business ConcernsFAR Clause 52.223-6, Drug-Free WorkplaceFAR Clause 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated ItemsFAR Clause 52.223-10, Waste Reduction ProgramFAR Clause 52.232-39, Unenforceability of Unauthorized ObligationsFAR Clause 252.201-7000, Contracting Officer’s RepresentativeFAR Clause 252.203-7000, Requirements Relating to Compensation of Former DoD OfficialsFAR Clause 252.203-7002, Requirement to Inform Employees of Whistleblower RightsFAR Clause 252.203-7005, Representation Relating to Compensation of Former DoD OfficialsFAR Clause 252.204-7003, Control Of Government Personnel Work ProductFAR Clause 252.232-7003, Electronic Submission of Payment Requests and Receiving ReportsFAR Clause 252.232-7006, Wide Area WorkFlow Payment InstructionsFAR Clause 252.232-7010, Levies on Contract PaymentsThe following additional FAR clauses and provisions are incorporated by full text and apply to this combined synopsis/solicitation:52.204-26 – Covered Telecommunications Equipment or Services – Representation, 52.212-2 – Evaluation Commercial Items, 52.212-5 – Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items, 52.252-1 – Solicitation Provisions Incorporated By Reference, 52.252-2 – Clauses Incorporated By Reference.

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

22GV034 -LABORATORY INSTRUMENTS AND SERVICES

Due: 31 May, 2026 (in about 2 years)Agency: City of Scottsdale

LSRFORTESSA ANNUAL MAINTENANCE AND SERVICE AGREEMENTS, 3 EA SYSTEMS

Due: 24 May, 2024 (in 24 days)Agency: NATIONAL INSTITUTES OF HEALTH

LABORATORY INSTRUMENT REPAIR AND MAINTENANCE SERVICES - M5 PLATE READER

Due: 19 Jan, 2025 (in 8 months)Agency: NATIONAL INSTITUTES OF HEALTH

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