SOURCES SOUGHT
J -- Maintenance and Service Agreements for Agilent Instrumetation
- Notice Date
- 5/2/2016
- Notice Type
- Sources Sought
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W912CG) Natick Installation, BLDG 1 KANSAS STREET, Natick, Massachusetts, 01760-0000, United States
- ZIP Code
- 01760-0000
- Solicitation Number
- W56YHX-16-1-CFD1
- Archive Date
- 5/10/2016
- Point of Contact
- Darlene L. Rideout, Phone: 5082334112
- E-Mail Address
-
darlene.l.rideout.civ@mail.mil
(darlene.l.rideout.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- INTRODUCTION The US Army Natick Research Engineering and Development Center (NSRDEC) in Natick, Massachusetts is issuing this Sources Sought synopsis as a means of conducting market research to identify potential sources that have the ability to provide maintenance and service agreements for Agilent 1100 and 1200 High Performance Liquid Chromatography (HPLC) Systems and Agilent 6890N, 7890A, and 7890B Gas Chromatography (GC) Systems. The specific instrumentation and requirements for the maintenance and service agreements can be found in the ‘Required Capabilities' section of this sources sought. The results of this market research will used to determine the method of procurement (if and when a requirement for maintenance and service agreements of Agilent Instrumentation arises). Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions. THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGHATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. PROGRAM BACKGROUND The Agilent instrumentation specified in the ‘Required Capabilities' section are extensively utilized analytical systems that are now 10-15 years old. Due to the age of the instruments, parts have broken more frequently and long periods of downtime have resulted. The specified instrumentation runs 4-5 days/week and is needed to support multiple projects within the Combat Feeding Directorate, Warfighter Directorate, and US Army Research Institute of Environmental Medicine (USARIEM) Command. Service and preventative maintenance contracts are needed to prevent significant delays in project schedules that result because of instrumentation downtime. The primary place of performance for this work will be at the US Army NSRDEC facilities in either Building 3, R342 labs or Building 4, D118-122 labs. REQUIRED CAPABILITIES The government requires maintenance and service plans for multiple Agilent HPLC and GC systems located at the NSRDEC. The intent of this Sources Sought is to assess the capability of interested businesses to provide maintenance and service agreements and offer the specific services described below as part the agreements. Multiple awards may be made to cover the service and maintenance agreements for the seven Agilent instrumentation systems listed below. In your submitted capabilities statement, please specify which instrumentation systems your company can provide maintenance and service agreements for. 1) Agilent 1100 HPLC System a. Vacuum Degasser (G1379A), Binary Pump (G1312A), Auto-Sampler (G1313A), Thermostatted Column Compartment with Switch Value (G1316A), Diode Array Detector (G1315B) and Fluorescence Detector (G1321A). 2) Agilent 1200 HPLC System a. Vacuum Degasser (G1379B), Binary Pump (G1312A), Auto-Sampler (G1329A), Thermostatted Column Compartment with Switch Value (G1316A), Diode Array Detector (G1315D) 3) Agilent 1200 HPLC System a. Vacuum Degasser (G1379B), Binary Pump (G1312), Auto-sampler (G1329A), Thermostatted Column Compartment (G1316A ), Diode Array Detector (G1315A), Fluorescence Detector (G1321A), Refractive Index Detector (G1362A), and Fraction Collector (G1364C). 4) Agilent 7890A GC System a. Gas Chromatograph (G3440A) with Flame Ionization Detection, Auto-sampler / Tray (7693), Auto-sampler Tower (G4513A) 5) Agilent 7890B GC System a. Gas Chromatograph (G3442B), Auto-sampler / Tray (G2614A), Auto-sampler Tower (7683B), and Mass Spectrometry Detector (5977A) 6) Agilent 6890N GC System a. Gas Chromatograph (G1540N), CTC CombiPal Automatic Solid Phase Micro-extraction (SPME) Auto-sampler, Flame Ionization Detector and Mass Spectrometry Detector (5975) 7) Agilent 6890N GC System a. Gas Chromatograph (G1540N) with Flame Ionization Detector and Mass Spectrometry Detector (5975), Head-space Analyzer (G1888), Auto-sampler / Tray (G2614A), and Auto-sampler Tower (G2613A) Interested businesses must address ALL of the specific requirements below and clearly indicate if each requirement could be met under a preventative maintenance and service agreement for each of the seven Agilent systems listed above. SPECIFIC REQUIREMENTS FOR MAINTENANCE AND SERVICE AGREEMENTS: 1) Provide expert technicians that are able to quickly diagnose and fix Agilent hardware and software problems that occur. 2) Provide one on-site annual preventative maintenance visit per year. 3) Provide service repairs and updates for Agilent Software (e.g. Chemstation, Open Lab, MassHunter). 4) Provide one deuterium lamp/year (specific to HPLC systems). 5) Provide unlimited on-site repairs (hardware and software) for Agilent instrumentation. 6) Guarantee on-site service with required Agilent parts for repair within 24-72 hours of service call (for both hardware and software). 7) Guarantee use of 100% certified Agilent parts for all repairs. 8) Replace instrument or instrument module if repairs are unsuccessful. Must replace with a new or refurbished Agilent instrument or Agilent module that is working. Replacement must be of the same model that is being replaced or a newer model. 9) Provide direct line, troubleshooting technical phone support for all Agilent instrumentation and Agilent software, Monday through Friday from 7:00 AM EST to 6:00 PM EST. If technical phone support personnel are not immediately available, then technical phone support personnel must call customer back within 3 hours. 10) Have a fixed cost that includes all consumables required for repair for either on-site service or mailed to customer when customer can repair. 11) Move instrumentation within lab if required by customer. Will include disconnecting system, moving, and re-connecting instrumentation in new location. 12) Provide immediate action at time of service call without requiring additional approval regardless of cost of repair. ELIGIBILITY The applicable NAICS code for this requirement is 811219 [Other Electronic and Precision Equipment Repair]. The Product Service Code (PSC) is 6630 [Chemical Analysis Instruments]. SUBMISSION DETAILS Interested businesses should submit a brief capabilities statement package (no more than ten 8.5 x 11 inch pages, font no smaller than 10 point) demonstrating ability to provide the services listed in the Required Capabilities section. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to Katherin Kensil, in either Microsoft Word or Portable Document Format (PDF), via email Katherine.r.kensil.civ@mail.mil no later than 12:00 p.m (EST) on 9 May 2016 and reference this synopsis number in the subject line of e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL. If your organization has the potential to provide the required services, please provide the following information: 1) Organization name, Address, Primary Points of Contact (POCs) email, FAX#, Website Address, Telephone Number, and Type of Ownership for the Organization. 2) Tailored Capability Statements Addressing the Requirements of the notice, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capabilities, provide an estimate of anticipated subcontractor efforts. 3) Name of company and point of contact, telephone number, address and email of POC, business size (i.e. large business, small business, SBA certified HUBZone Business, Economically Disadvantaged Small Business, Woman-Owned Business, Service-Disabled Veteran-Owned Small Business) and proposed NAICS code if different than 811219. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside of the Government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8d1344af2be721dde05c73d6ed0deab4)
- Place of Performance
- Address: US Army Natick Soldier Systems Center 10 General Greene Avenue Natick, MA, Natick, Massachusetts, 01760, United States
- Zip Code: 01760
- Zip Code: 01760
- Record
- SN04102337-W 20160504/160502234638-8d1344af2be721dde05c73d6ed0deab4 (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 |