SOLICITATION NOTICE
66 -- Ultra Performance Liquid Chromatography
- Notice Date
- 4/12/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE ITL, GSL, EL, CHL, Vicksburg, 3909 Halls Ferry Road, VICKSBURG, Mississippi, 39180-6199, United States
- ZIP Code
- 39180-6199
- Solicitation Number
- W81EWF81014064
- Archive Date
- 5/5/2018
- Point of Contact
- Amanda M Andrews, Phone: 6016345249
- E-Mail Address
-
amanda.andrews@usace.army.mil
(amanda.andrews@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items 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; quotes are being requested. Requisition Number W81EWF81014064 is being issued as a request for quotes (RFQ) with intent to award a purchase order. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-97. This requirement is 100% set-aside for Small Businesses under NAICS Code 811219 with size standard not exceeding 20.5 million dollars. To sustain the Environment Laboratory's Research and Development mission, the US Army Corps of Engineers, Engineer Research and Development Center (ERDC) 3909 Halls Ferry Road, Vicksburg, MS 39180-6199 has a requirement for all labor and expertise that contribute to operations and the research function of the Environmental Chemistry laboratory by the optimization, installation, and maintenance of a Waters® Acquity Ultra Performance Liquid Chromatography (UPLC) system and Waters® Quattro Premier XE TM Mass Spectrometer (MS), all associated peripheral equipment, and all associated software. Specific tasks are listed below: 2.1 Test the instrument for baseline function The contractor shall perform standard instrument calibration to optimize the UPLC and MS system performance and establish a baseline function prior to packaging for transport. At this time, all information regarding instrument function should itemized, including instrument system, any parts, peripherals, internal computer system, and software. Place of Performance: FDA Facility, 3900 NCTR Road, Jefferson AR 72079, Bldg 53C Room 215 Period of Performance: 3 days after contract award. USACE ERDC will coordinate vendor visit and facility clearance. 2.2 Pack Instrument for transport to Environmental Laboratory, 3909 Halls Ferry Rd, Vicksburg, MS. The instrument shall be packed for transport at the FDA facility to ensure safe transport of the instrument and all peripherals. The instrument shall be packed and place on the loading dock of FDA facility Building 85 to be picked up by the Government. Components of the UPLC and MS System include • Quattro Premier XE mass spectrometer with one vacuum pump S/N VAB 784 • Acquity Sample Manager with column heater S/N C06UPS080R • Acquity Binary Solvent Manager S/N H04UPB161N • Waters System Workbench from Workplace Solutions Model LB2 • IBM Thinkcentre computer and monitor Place of Performance: FDA Facility, 3900 NCTR Road, Jefferson AR 72079, Bldg 53C Room 215 Period of Performance: 3 days after contract award. USACE ERDC will coordinate vendor visit and facility clearance. 2.3 Installation/Testing/Calibration shall be performed after instrument arrival Upon arrival at the Environmental Laboratory, the instruments and associated peripherals will be installed, tested for baseline function and calibrated. The contractor will also install associated software to operate with the instrument. The Contractor shall ensure that the UPLC and MS will be fully operational at this time. Place of Performance: ERDC EL Period of Performance: Within 30 days of contract award. USACE ERDC will coordinate vendor visit and facility clearance. 2.4 Preventative Maintenance for Year 1 Annual maintenance is required for the instrument. The scope of work for this maintenance task 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 days or less) response once notified of service/repair need • Qualified repair/service technicians and replacement parts The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform maintenance services that include, but are not limited to, preventative maintenance; service and repair for any system malfunction; and routine maintenance and repair/replacement of existing components and parts to sustain daily operations. The Contractor shall comply with all applicable laws and regulations, including but not limited to Federal Law, Mississippi State Law (s), Occupational Safety and Health Administration (OSHA) regulations, Army and installation regulations. It is expressly stated that all attached peripheral components are included to maintain each instrument system in full operation Period of Performance: 12 months after installation of the instrument in ERDC EL. OPTION 2.5 Preventative Maintenance for Year 2 Annual maintenance is required for the instrument. The scope of work for this maintenance task 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 days or less) response once notified of service/repair need • Qualified repair/service technicians and replacement parts The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform maintenance services that include, but are not limited to, preventative maintenance; service and repair for any system malfunction; and routine maintenance and repair/replacement of existing components and parts to sustain daily operations. The Contractor shall comply with all applicable laws and regulations, including but not limited to Federal Law, Mississippi State Law (s), Occupational Safety and Health Administration (OSHA) regulations, Army and installation regulations. It is expressly stated that all attached peripheral components are included to maintain each instrument system in full operation Period of Performance: 12 months after the end of Task 2.4 Preventative Maintenance for Year 1 (May 2019 through May 2020). OPTION 2.6 Preventative Maintenance for Year 3 Annual maintenance is required for the instrument. The scope of work for this maintenance task 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 days or less) response once notified of service/repair need • Qualified repair/service technicians and replacement parts The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform maintenance services that include, but are not limited to, preventative maintenance; service and repair for any system malfunction; and routine maintenance and repair/replacement of existing components and parts to sustain daily operations. The Contractor shall comply with all applicable laws and regulations, including but not limited to Federal Law, Mississippi State Law (s), Occupational Safety and Health Administration (OSHA) regulations, Army and installation regulations. It is expressly stated that all attached peripheral components are included to maintain each instrument system in full operation Period of Performance: 12 months after the end of Option 2.5 Preventative Maintenance for Year 2 (May 2020 through May 2021). Price must include any shipping, FOB Destination. FAR Provision 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition. Offerors shall submit technical data on the items quoted. FAR Provision 52.212-2, Evaluation - Commercial Items, applies to this acquisition. Award will be made to the responsible offeror whose quote is determined to be Lowest Price Technically Acceptable. FAR Clause 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. Supplement to FAR 52.212-5: The following FAR clauses are applicable to this acquisition: 52.222-3, 52.219-6, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-37, 52.222-50, 52.223-18, 52.225-13 and 52.232-33. The following DFARS clauses are applicable to this acquisition: 252.225-7001, 252.232-7003. Quotes are due 20 April 2018 by 5:00PM (Central Time Zone): Quotes will be accepted by email only to: Amanda.Andrews@usace.army.mil. For information concerning this solicitation contact Amanda Andrews via email at the above email address.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/329/W81EWF81014064/listing.html)
- Record
- SN04887055-W 20180414/180412230710-030eaf9c0c1e0c10bd87ee40e719cf6c (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 |