Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2011 FBO #3485
SPECIAL NOTICE

66 -- This is a combined synopsis/solicitation W911SR-11-T-0013 for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice.

Notice Date
6/8/2011
 
Notice Type
Special Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
ACC-APG SCRT - Edgewood, ATTN: AMSSB-ACC-E, 5183 Blackhawk Road, Aberdeen Proving Ground, MD 21010-5424
 
ZIP Code
21010-5424
 
Solicitation Number
W911SR11T0013
 
Archive Date
6/7/2012
 
Point of Contact
Gregory Faulcon Jr., 410-417-0964
 
E-Mail Address
ACC-APG SCRT - Edgewood
(gregory.faulcon@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The proposed contract will cover the preventative maintenance of specialized analytical laboratory instruments. The Army Contracting Command Aberdeen Proving Ground (ACC-APG) intends to award a sole source contract to Agilent Technologies, Inc. located at 2850 Centerville Road, Wilmington, Delaware 19808-1610. The contractor shall provide maintenance on instruments for Edgewood Chemical Biological Center (ECBC), specifically within the Research & Technology Directorate. This preventative maintenance is for existing Agilent equipment and no other service provider can provide maintenance on Agilent's proprietary equipment. Using other service providers may void warranties, impact instrument performance, and increase down time, extend work schedules, and cause unnecessary delays. The scheduled start date of this action will be July 1, 2011. The period of performance for this action will be July 1, 2011 - September 30, 2011. The NAICS code for this requirement is 334516 and size standard of 500 employees. The statutory authority permitting other than full and open competition is implemented by FAR 6. Only one responsible source and no other supplies or services will satisfy agency requirements. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. This synopsis neither constitutes a Request for Proposal, nor does it restrict the Government to a particular acquisition approach. Agilent Technologies Inc. is the Original Equipment Manufacturer. DESCRIPTION OF ITEMS/STATEMENT OF WORK 1. Description of Items. 1.1 Specific Items. The government has a requirement for preventive maintenance and unlimited emergency on-site visits for problems resolution for specialized laboratory instruments. Coverage is provided during normal business hours, 5 days a week, 8 hours per day, excluding holidays. The plan also includes consumables as specified by a service engineer during the preventive maintenance visit, instrument qualification, repair parts (non-consumable) for the on-site emergency visit, shortened technical support response time, automated case file logging, software updates, and access to available online support resources. The instruments to be serviced are listed below. 1.1.1 CLIN 0001. SYS-ZZ-MVS/S-US A-97765-10953 1.1.2 CLIN 0002. SYS-GC-6890/S-US A-GC-97765-92450 GC 6890 System 1.1.3 CLIN 0003. SYS-GC-685308 50180 1.1.4 CLIN 0004. SYS-LC-1200-E/S-US A-LC-97765-93390 1.1.5 CLIN 0005. SYS-GC-6890/S-US A-GC-97765-74564 1.1.6 CLIN 0006. SYS-GC-6890/S-US A-GC-97765-61343 1.1.7 CLIN 0007. SYS-LM-QUAD-E/S-US A-LCMS-97765-68757 1.1.8 CLIN 0008. SYS-GM-5975T-X/S-US A-GCMS-97765-70051 1.1.9 CLIN 0009. SYS-IM-7500S/S-US A-ICPMS-97765-85900 1.1.10 CLIN 0010. SYS-GM-5973T/S-US A-GCMS-97765-50640 1.1.11 CLIN 0011. SYS-GM-5973T/S-US A-GCMS-97765-32977 1.1.12 CLIN 0012. SYS-GM-5973T/S-US A-GCMS-97765-43506 1.1.13 CLIN 0013. SYS-LC-1100-E/S-US A-LC-97765-93725 1.1.14 CLIN 0014. SYS-GM-5973T/S-US A-GCMS-97765-62674 1.1.15 CLIN 0015. SYS-GM-5973T/S-US A-GCMS-97765-53339 1.1.16 CLIN 0016. SYS-GC-6890/S-US A-GC-97765-57441 1.1.17 CLIN 0017. SYS-GM-5975T/S-US A-GCMS-97765-58084 1.1.18 CLIN 0018. SYS-ZZ-MVS/S-US A-MV LC-253963-71899 1.1.19 CLIN 0019. SYS-GC-7890/S-US A-GC- 764717 54702 2. Safety Considerations. The contractor shall not use any sensitive items, hazardous items, chemical agents, carcinogens, or perform any microbiological and/or biomedical work in the performance of this contract. PROVISIONS AND CLAUSES 52.204-7 Central Contractor Registration 52.212-4 Contract Terms and Conditions - Commercial Items 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alternate A, Central Contractor Registration 252.225-7002 Qualifying Country Sources as Subcontractors252.246-7000 Material Inspection and Receiving Report 252.211-7003 Item Identification and Valuation 252.243-7001 Pricing of Contract Modifications 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (the following clauses within this clause apply: 52.203-6, 52.204-10, 52.219-8, 52.219-27, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222 37, 52.222-40, 52.222-50, 52.223-18, 52.225-13, 52.232 33, 52.233-3, 52.233 4,) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items (the following clauses within this clause apply: 52.203-3, 252.203-7000, 252.225-7001, 252.225-7008, 252.225-7012, 252.232 7003, 252.243-7002, 252.247-7023, 252.247-7024) 52.212-1 Instructions to Offerors - Commercial Items The Defense Priorities and Allocations System (DPAS) rating for this effort is DO-C9. This is sole source procurement. All responsible sources may submit a capability statement, proposal, or quotation by 15 June 2011, which shall be considered. Interested parties with questions or comments regarding this notice or the planned procurement should be emailed to gregory.faulcon.civ@mail.mil by close of business on 15 June 2011. Telephonic inquiries will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8aaca6b332b902af52472de47bb56a37)
 
Record
SN02467864-W 20110610/110608235358-8aaca6b332b902af52472de47bb56a37 (fbodaily.com)
 
Source
FedBizOpps 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.