SOURCES SOUGHT
66 -- A Service Contract for to provide Genuine Agilent Parts, and Maintenance with Calibration Services for the following Agilent Instruments GC(FPD/FID), GC-MS, LC-TOF, LC-Q, LC-QQQ and UV-VIS instruments.
- Notice Date
- 4/2/2014
- Notice Type
- Sources Sought
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- MICC - Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
- ZIP Code
- 84022-5000
- Solicitation Number
- W911S6-14-P-XXXX
- Response Due
- 4/15/2014
- Archive Date
- 6/1/2014
- Point of Contact
- Patricia S Natividad, 435-831-3429
- E-Mail Address
-
MICC - Dugway Proving Ground
(patricia.s.natividad.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Dugway Proving Ground Mission Installation Contracting Command is seeking sources to provide services to Chemical Test Division/West Desert Test Center that can provide a Service Contract for Maintenance, Provide Genuine Agilent Parts, and Annual Preventive Maintenance with Calibration Services for the following Agilent Instruments ie., GC(FPD/FID), GC-MS, LC-TOF, LC-Q, LC-QQQ and UV-VIS instruments ( please see below for instruments listing) at Combined Chemical Test Facility, Bldg, 4156. The full service contract by an Authorized Agilent factory certified and/or partner for a 9-month base period (from July 15, 2014 to April 14, 2015) with 2 options periods of 12 months with the following requirements: See attachment for more details. 1. On-site repair visits, including travel, labor and cost of parts, after service the system must be operating to meet the manufacture specifications. 2. Use only genuine Agilent factory-certified (except for consumable parts) for repairs. 3. The contractor shall cover the consumables/supplies required for repair, such as, normal wear-and-tear items like liners, seals, lamps, and tubing when needed for repair. 4. Annual on-site preventive maintenance to keep the systems operating at peak performance for sensitive and high-precision analysis. 5. 100% repair coverage guarantee. If the contractor cannot repair or fix the problems, the contractors will replace a new Agilent instruments (worksheet 2--list of instruments). 6. The contractor shall provide onsite support of a Certified Manufacturer service technician trained and certified by the Agilent. The contractor must verify US citizenship of their personnel who will be performing the service at Dugway Proving Ground, Dugway, UT. This verification must be sent to the COR via email within 24 hours after scheduling an onsite service. 7. The contractor shall assist troubleshooting, provide assessment, replacement parts, install parts, and repair or replace the system if required. 8. The contractor shall provide assessment for Agilent Instruments and repair by means of unlimited remote service (via email and or phone) as well as on-site visits when nonoperational. 9. The contractor shall provide software upgrades within 30 days from the release date and provide on-site support by performing installation. 10. The contractor shall report manpower elements associated with contractor manpower IAW Contractor Manpower Reporting Army (CMRA). The contractor shall report hours (including subcontractor labor hours) required for performance of services provided. 11. This contract will also include engineer labor and travel related expenses. Contractor must adhere to Army Regulations; AR 525-13, Antiterrorism and AR 530-1, Operations Security as described in section 8. The requiring activity for this procurement is the Chemical Laboratory Division, DPG, UT. A determination on the contract type, mechanism for procurement, and possible set-aside will not be made by the Government until after the market research has been completed. No proposals are being requested or accepted under this synopsis. The anticipated North American Industry Classification System Code (NAICS) for this requirement is 811219 and the size standard is 500 employees. Qualified companies are encouraged to respond. Responses should provide the following information in response to this sources sought announcement: (1) business name and address; (2) name of company representative and their business title; (3) pertinent details and experience of doing this type of services (identify any relationship with work conducted with the Governments chemical and biological programs); (4) business size as it relates to the NAICS code and size standard stated in this sources sought announcement; (5) contract types typically used for these types of services; and (6) other contract vehicles that would be available to the Government for the procurement of these services, to include General Service Administration (GSA) Federal Supply Schedules; and/or any other Department of Defense contracts. PROCEDURES: This Request For Information (RFI) is a required component of a complete and systematic process to evaluate interested parties in order to minimize cost both to potentially interested parties and the Government. Interested sources are also encouraged to submit product literature in response to this Request for Information (RFI). Any submission of such product literature or catalog cut sheets will be treated separate from, and will have no bearing on, any subsequent evaluation of proposals submitted in response to any resulting future formal Request for Proposal. Interested parties should provide a statement of interest on company letterhead (not to exceed 20 pages in length) to: U.S. Army, Dugway Proving Ground, Attn: CCMI-CH-DP (Patricia Natividad, Contract Specialist), Dugway Proving Ground, Dugway, Utah 84022-5000. No basis for claim against the Government shall arise as a result of a response to this SOURCES SOUGHT or Government use of any information provided. Elaborate proposals or pricing information are neither required nor desired. Any innovative and new conceptual ideas to achieve the stated objective are encouraged. No solicitation document exists for this request for Sources Sought. This notice is for informational purposes only; it is not a request for proposals nor should it be construed as a commitment by the Government. The Government will not pay for any effort expended into responding to this sources sought announcement. Responses must be submitted no later than 10:00 AM MST (local prevailing time at U.S. Army Dugway Proving Ground, Utah), April 14, 2014 via email (patricia.s.natividad.civ@mail.mil), or facsimile (435-831-2085). The point of contact concerning this sources sought action is Ms Patricia Natividad, Contract Specialist at (435) 831-3429, or email patricia.s.natividad.civ@mail.mil. List of Instruments is attached.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/45ef30fcc1558e0070e7973d4fe5b7c6)
- Place of Performance
- Address: MICC - Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT
- Zip Code: 84022-5000
- Record
- SN03326697-W 20140404/140402234432-45ef30fcc1558e0070e7973d4fe5b7c6 (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 |