Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 27, 2020 SAM #6664
SOURCES SOUGHT

J -- Preventative Maintenance Plan for 3000 HPLC System

Notice Date
2/25/2020 1:46:58 PM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
USDA ARS SEA AAO ACQ/PER PROP STONEVILLE MS 38776 USA
 
ZIP Code
38776
 
Solicitation Number
12405B20Q0018
 
Response Due
3/2/2020 12:00:00 PM
 
Archive Date
03/17/2020
 
Point of Contact
Jessica P. Pacheco, Phone: 6626865414, Nicholas D. Langley
 
E-Mail Address
jessica.pacheco@usda.gov, Nicholas.Langley@usda.gov
(jessica.pacheco@usda.gov, Nicholas.Langley@usda.gov)
 
Description
The United States Department of Agriculture (USDA), Agricultural Research Service, is requesting information regarding the capability to provide scientific preventative maintenance for an UltiMate 3000 HPLC system and an UltiMate 3000 HPLC with LTQ XL MS system. PURPOSE AND OBJECTIVES: The primary objective of issuing the sources sought notice is to seek information from vendors with the capability of providing an annual support plan for an UltiMate 3000 HPLC system and an UltiMate 3000 HPLC with LTQ XL MS system that will meet our needs, including the following: UNITY PROACTIVE SUPPORT PLAN-MSPEC-LC-MS UNITY PROACTIVE PLAN CHROM LC DNX Proactive Support Plan Features: ~ One (1) Scheduled Preventative Maintenance visit. ~ Engineer labor and travel included for one (1) scheduled PM visit. ~ Priority status for technical support inquiries. ~ 10% Loyalty discount on Parts, Accessories or Consumables for end user during active contract. Contact our parts group at Unity Priority line 1-877-594-3224 and mention the Loyalty PACs program. ~ Software updates and notifications updates are defined as changes of the existing software version that are intended to improve its performance. Software updates are usually indicated by a revision number change e.g. from Revision 1.1 to Revision 1.2.) ~ Computers purchased from Thermo Fisher Scientific and required for the operation of the analytical system. Replacement of functional computers in order to accommodate an upgrade to a newer version of the operating systems is not covered by the support plan. Base Coverage Exclusions: ~ Computer and/or software not provided and/or installed with the system by Thermo Scientific ~ Replacing a computer hard drive with one of larger capacity ~ Replacement of functional computers in order to accommodate an upgrade to a newer version of the operating systems. ~ Hardware and operating system upgrades ~ Instrument control software version upgrades (upgrades are usually indicated by a software version number change e.g. Version 1.2 to Version 2.0) ~ Layered application software support ~ External power equipment e.g. UPS (uninterruptable power supply), power conditioner, or isolation transformer. ~ Consumable items and parts such as bottles, calibration materials, solvents, vials, caps, septa, all Columns, data media, ferrules, ETD filaments (excluding the one included in the PM visit), filters, frits, gases, gaskets, injection port liners, integrator paper, ion exchange resin, lamps, photomultipliers, pump oil, reaction tubes, source ceramics, mobile phases, autosampler rotor valve seals, ample ports, syringes, and sample loops, DEP emitters, electron multipliers, glass jet separators, heated capillaries, ion gauges, ion volumes. ~ Work related to radioactive sources ~ Also excludes components that cannot be repaired or replaced due to lack of availability from Thermo Scientific supplier (obsolescence). ~ Complete system replacement is not covered under contract. ~ Software packages offering features beyond that purchased. ~ Training of new operators. This is not a request for proposals, but instead market research to determine interested vendors prior to issuing a solicitation. Pricing information provided is for estimation purposes only. A determination by the Government on the method of competing this requirement has not been established. The Government will not award a contract based on this Sources Sought Notice or the information received, nor will it reimburse participants for the information they provide. If you are an interested vendor, please provide the following information: 1) Business name and point of contact; 2) DUNS number and CAGE code; 3) business size; and 4) a brief statement of Capability (no more than three pages) which demonstrates the ability to meet the specialized work requirements above. Include any past performance information on contracts of similar size and scope. Electronic responses are preferred. Information provided will not be used as a part of any subsequent solicitation requirement. Interested sources who submit data are responsible for appropriately marking information if it is proprietary in nature. A determination by the Government not to compete this proposed contract action based on this notice is solely within the discretion of the Government. Responses are due no later than 2:00 p.m., Central Time, on Monday, March 2, 2020, to the attention of Jessica Pacheco, Contract Specialist, via e-mail to jessica.pacheco@usda.gov. Contracting Office Address: USDA-ARS, SEA 141 Experiment Station Road P. O. Box 225 Stoneville, MS 38776
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/153d60e272aa4288ae66d44966e4073f/view)
 
Place of Performance
Address: Stoneville, MS 38776, USA
Zip Code: 38776
Country: USA
 
Record
SN05572311-F 20200227/200225230142 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.