Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 17, 2005 FBO #1452
SOURCES SOUGHT

J -- Full Service/Maintenance on 3 Perkin Elmer Flame Autosamplers & 3 Elan 6000 Mas Instruments

Notice Date
11/15/2005
 
Notice Type
Sources Sought
 
Contracting Office
U S GEOLOGICAL SURVEY, APS PO BOX 25046 MS204A DENVER FEDERAL CENTER DENVER CO 80225
 
ZIP Code
80225
 
Solicitation Number
06CR05NOSOLICITATION
 
Response Due
11/30/2005
 
Archive Date
11/15/2006
 
Small Business Set-Aside
N/A
 
Description
The U.S. Geological Survey, has a requirement for a service maintenance contract for two (2) Perkin Elmer ICP-OES (), full protection including parts, labor, software and travel, with one periodic maintenance visit. Equipment includes: (2) OPTIMA 4300 DV & (2) AS93PLUS. Services shall include: 1. Diagnose equipment failures and provide all parts, labor, testing equipment, tools, travel, software, and firmware upgrades required to maintain the equipment covered in this service agreement to the original equipment manufacturer's (OEM) published specifications and operation capabilities. 2. Perform preventative maintenance in accordance with the procedures and frequencies recommended by the OEM. Planned maintenance shall be conducted at the U.S. Geological Survey (USGS), National Water Quality Laboratory (NWQL), Denver Federal Center, Building 95. All factory service engineers should schedule with the Contract Officer's Representative (COR) or designee. 3. Complete emergency repairs within two (2) working days of verbal notification by the COR or designee. 4. Complete non-emergency repairs within three (3) working days of verbal notification by the COR or designee. 5. If the repair requires parts, the contract service engineer shall procure and arrange to have the parts on site within twenty-four (24) hours of the initial visit. 6. Cover all shipping expenses of all replacement parts and return shipping expenses for all non-expendable replacement parts. 7. Should the Contract Service Engineer and the COR concur that the equipment requires offsite repair, the contractor shall provide proper packaging, padding, crating to ensure reasonable care from damage due to shipping. The contractor shall pay all expenses of shipping the equipment to the repair facility and the return to the NWQL. 8. Shall provide the COR with a record of services performed at completion of the repair and planned maintenance. Calibration and testing shall be performed to assure equipment is operating according specifications. If test materials are traceable to National Institutes of Standards and Technology (NIST), those shall be the materials of choice. 9. The contractor shall comply with all applicable Nuclear Regulatory Commission, OSHA, NWQL, USGS, and Department of Transportation laws and regulations concerning safe handling, repair, and shipment of equipment. 10. Provide all software upgrades, and software solutions. Perkin Elmer is the manufacturer of these instruments, they are the sole factory trained service organization that is capable of servicing the equipment stated above. Based on the information available at this time, and in accordance with 41 U.S.C. 253(c)(1), implemented by FAR 6.302-1, the government considers the item specified as a sole source from Perkin Elmer Corporation, 710 Bridgeport Ave., Shelton, CT 06484 and proposes to negotiate a contract with that firm on that basis. However, should additional sources be identified, they will be considered. Firms who feel that they can furnish the required item or its functional equivalent (based upon the criteria specified herein) are invited to submit in writing an affirmative response to this announcement. An affirmative response would include literature, brochures and such other materials which correspond to the required items stated herein. This information will be evaluated and used to determine if competitive opportunities exist. Since no solicitation document exists, request for such documents without accompanying information will be considered non-responsive to this request without further consideration. This notice may represent the government's only official notice of this procurement. The proposed contract consists of a twelve month basic year with two (2) twelve (12) month option periods. Point of Contact: Diana Romero email address dlromero@usgs.gov. No faxes will be accepted. See Notes 22.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=GS1434HQ&objId=800620)
 
Place of Performance
Address: Lakewood, CO
Zip Code: 802250001
Country: us
 
Record
SN00932338-W 20051117/051115211904 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.