Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 16, 2018 FBO #6141
SPECIAL NOTICE

J -- Rigaku Equipment Maintenance and Repair Services for (ZSX Primus II-SN: HR06065

Notice Date
9/14/2018
 
Notice Type
Special Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
USGS OAG DENVER ACQUISITION BRANCH PO BOX 25046 204 DENVER FEDERAL CENTER DENVER CO 80225-0046 US
 
ZIP Code
00000
 
Solicitation Number
140G0218Q0252
 
Archive Date
9/17/2018
 
Point of Contact
Williams, Lisa
 
Small Business Set-Aside
N/A
 
Description
Special Notice of Intent to Award a Sole Source Procurement THIS IS NOT A REQUEST FOR QUOTE. THIS IS A NOTICE OF THE GOVERNMENT'S INTENT TO ISSUE A SOLE SOURCE AWARD. This Notice is to announce that the U.S. Department of the Interior (DOI), U.S. Geological Survey (USGS), Geology, Geophysics and Geochemistry Science Center (GGGSC) in Denver, CO is proposing to negotiate a contract with the Rigaku Americas Corporation, on a sole source basis for a base year plus two (2) one-year option periods. This requirement is for Equipment Hardware Maintenance and Repair Services for Rigaku Sequential Wavelength Dispersive X-Ray Fluorescence Spectrometer (ZSX Primus II-SN: HR06065 4) and attached (Haskris Chiller R175-SN: HB22747). The proposed action is for services for which the Government intends to solicit and negotiate with only one source under the authority FAR 13.106-1(b)(1). The reason justifying this sole source procurement is that the Government believes only one responsible source can provide the services that will satisfy the agency's requirement. Due to our contractual obligations to provide analytical data in a timely manner to our customers, we require the ZSX Primus II Sequential Wavelength Dispersive X-Ray Fluorescence Spectrometer system and the associated Haskris Chiller to be operational at all times. When necessary, we also require this instrument be serviced and repaired by a qualified service technician. The technician must be trained specifically on this particular model of instrumentation and have immediate availability to the necessary parts to repair it. It is critical for this instrument to be repaired within 48 hours/best effort of failure on site service response. Otherwise, the USGS will fail our contractual obligations to provide analytical results by the dates agreed upon. The following services are provided: Preventative maintenance and repairs on an as-needed basis for Rigaku ZSX Premus II: Serial Number: HR06065 4 and attached Haskris R175A Chiller: Serial Number: HB22747. The Contractor provides two preventative maintenance visits annually (scheduled with GGGSC Analytical Chemistry Project staff) which shall include the following: Preventive maintenance shall include, but not be limited to, cleaning, adjusting, lubricating, inspecting, and testing procedures to keep the equipment in optimal operating condition, preclude equipment failures to the greatest extent possible, and extend useful equipment life. It includes running of all diagnostics, and repair and replacement of all defective parts. Repairs includes all transportation, labor and parts required for the parts replacement or upgrade but are not limited to (scheduled as needed): filament replacement, o-ring replacement, Be windows, crystals, filters, seals, detector windows, bearings, fuses, lamps and lubricants. This is a sole source notice published for informational purposes only and not a request for competitive quotes. Therefore, no solicitation document exists for this requirement. However, all responsible parties interested in responding to this notice are invited to submit a capability statement by the time and date specified in this notice that provides sufficient details for consideration by the Government, via email to: ldwilliams@usgs.gov. The determination not to compete the contract based on the responses to this notice is solely within the discretion of the Government. Phone calls will not be accepted in response to this notice. All information submitted should support the offeror's capability to provide the services required and shall be furnished at no cost or obligation to the Government. Responses must be in writing and must provide clear and concise documentation indicating an offeror's bona fide capability to provide these services. Verbal responses are not acceptable and will not be considered. The Government reserves the right to cancel this requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/140G0218Q0252/listing.html)
 
Record
SN05090311-W 20180916/180914231036-85594a9de5a399e83b5e80a7a6da6eff (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.