Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 06, 2020 SAM #6733
SOURCES SOUGHT

J -- Malvern-Panalytical X'Pert PRO X-Ray Diffractometer Repair and Maintenance Serv

Notice Date
5/4/2020 4:57:28 PM
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
OFC OF ACQUISITION GRANTS-DENVER DENVER CO 80225 USA
 
ZIP Code
80225
 
Solicitation Number
140G0220Q0103
 
Response Due
5/8/2020 12:00:00 AM
 
Archive Date
06/05/2020
 
Point of Contact
Theeke, Cheryl
 
E-Mail Address
ctheeke@usgs.gov
(ctheeke@usgs.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
SOURCES SOUGHT: This is a SOURCES SOUGHT NOTICE. The U.S. Geological Survey is conducting a MARKET SURVEY to determine the interest and capability of any firm eligible to compete under NAICS code 811219 with a Small Business Size Standard of $22M for an upcoming requirement to provide Repair and Maintenance on a Malvern-Panalytical X�pert PRO X-Ray diffractometer. THIS IS NOT A SOLICITATION. ALL COST ASSOCIATED WITH PROVIDING INFORMATION AS REQUESTED BY THIS SOURCES SOUGHT NOTICE SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. Submission is voluntary. Scope of Work: Services, non-personal, to provide all plant equipment, labor, travel, facilities, materials, and shipping of materials (unless otherwise provided herein) necessary for service agreement for on-site and off-site repairs and maintenance for the Malvern Panalytical X�pert Pro MPD DY2600 X-ray Diffractometer systems listed, including the system attachments and accessories that are manufactured by OEM. All equipment shall be maintained to the Original Equipment Manufacturer (OEM) specifications. All equipment is located at the Denver Federal Center, Denver, CO. Equipment Covered: GONIOMETER NORM - RES DY2704, SAMPLE CHANGER 45 POS - NY-352, X'Pert PRO MPD - DY2600, X-CELERATOR DETECTOR - DY1627, POSIT.STAGE XYZ-TILT-PHI - DY2600.1, ALIGNMENT CAMERA SYSTEM � 51000535. Requirements: The Contractor shall provide: Corrective Maintenance. The Contractor shall diagnose equipment failure (including failure caused by OEM supplied software). Contractor will have a 48 hour on site response time during normal business hours with unlimited emergency calls and provide all labor, testing equipment, travel expenses, parts and software revisions required to maintain the equipment in accordance with OEM published operating capabilities. All parts shall be factory new, if available. If new parts are unavailable, refurbished parts must be approved by the Technical Liaison (TL). Contractor shall provide documentation on parts when requested by the TL. All software and hardware must be free of malicious code. Preventive Maintenance. The Contractor shall perform two (2) preventative maintenance calls per year to include unlimited labor and travel during normal business hours; all repairs and maintenance shall be performed in accordance with the procedures and frequencies recommended by the OEM. The Contractor shall perform all preventative maintenance to the quality standards specified by the OEM at the frequencies specified by the OEM and scheduled with the concurrence of the TL. Phone Support. Limited remote diagnostic support during normal business hours including application, hardware and software helpdesk. Remote Support. Limited remote diagnostic support during normal business hours including application, hardware and software helpdesk. Factory Trained Technicians. The Contractor shall provide certified, factory trained technicians that have a minimum of one (1) year experience for each piece of equipment being serviced. All repairs, diagnostics and preventative maintenance, provided by the Contractor, shall be performed by a certified, factory trained technician and be scheduled with the concurrence of the TL. Contractor shall provide certification documentation acceptable to the TL, when requested. Shipping Expenses. The Contractor shall provide for shipment expenses of all replacement parts and return shipment expense for all non-expendable replacement parts. Electronic Service Reports. The Contractor shall provide electronic service reports to the TL. The Contractor shall, upon service completion for each service call, provide an electronic service call report. The service call report shall include, at a minimum: instrument that was serviced, repair that was completed, date service was completed, parts that were replaced, name of Contractor Employee that completed the work, the time required for the repair and the cost of the repair. The Contractor shall provide quarterly reports to the TL which shall include, at a minimum: instruments that were serviced, repairs that were completed, date each service was completed, parts that were replaced during each service, name of Contractor Employee that completed each service, the time required for each repair and the cost of each repair. Operational Certification. The Contractor shall, 30 days prior to contract completion, certify, in writing, including diagnostics, that all equipment specified in the contract is operating to OEM specifications. Additional Repair/Service Documentation. The Contractor shall submit to the TL, by hard copy or by electronic notification, a detailed report of any logged service repair that cannot be completed within five (5) business days of the original request. These service reports shall include the nature of the repair, measures that are being pursued to complete the repair, and an estimate of the time period required to complete the repair. The Contractor shall include a contingency plan for dealing with repairs that cannot be completed within five (5) working days. This contingency plan shall provide additional procedures for obtaining expertise and/or resources when the equipment cannot be diagnosed and repaired by the 5th working day after the initial service call was placed. Repair Time Quality Assurance. The Contractor shall bring equipment to OEM specifications within five (5) working days after the initial service call was placed or provide replacement loaner equipment, with the TL approval. Equipment covered under this contract must be brought to OEM specifications within 30 calendar days of the original logged service request. If the equipment cannot be brought to OEM specification by the Contractor within 30 calendar days, then the Contractor shall obtain OEM services to complete repairs at no additional cost to the Government. The Contractor shall provide weekly updates to the TL of equipment in a �being repaired� status. If equipment cannot be repaired, the Contractor shall provide a suitable equivalent replacement, with the TL�s approval, at no cost to the Government. The Contractor shall not charge, and the Government will not pay, for the services to equipment that has not been brought to OEM specifications within 30 calendar days from the service call date. Quality Assurance Surveillance Plan. The Contractor shall, upon service completion for each service call, engage the TL to verify the equipment is in proper alignment and functionality with respect to all �covered equipment�, and provide a summary walk through of repairs or preventative maintenance performed. The TL will then run a series of standards and verify equipment functionality is within 98% OEM specifications and fewer that 5% of work orders are reopened for the same issues. Responses to this announcement are requested from Small Businesses. In response to this announcement, please indicate your firm's socioeconomic status (e.g. small business, service-disabled veteran-owned, women owned, HUBZone, etc.) This information will assist the Government in determining how small businesses can fit into the acquisition strategy. A firm is considered small under NAICS code 811219 with a Small Business Size Standard of $22M. Any information submitted is voluntary. If sufficient interest and capability is not received from Small Business firms, a solicitation may be issued as unrestricted without further consideration. Interested small business firms shall also submit (1) NAME, ADDRESS, and PHONE NUMBER OF THE FIRM (including DUNS NUMBER); (2) a CAPABILITY STATEMENT including: (a) RECENT (within the last three fiscal years) RELEVANT (similar projects to this requirement) performance history (identify the name of the owner and their point(s) of contact with telephone and fax numbers, e-mail addresses; and (b) in what capacity (e.g., prime, subcontractor etc.) they performed the work; and (3) their SIZE STATUS. Your company must have a DUNs number and be registered on-line at the System for Award Management (SAM). You will also be required to provide your small business status information either via the RFP or the On-line Representations and Certifications (ORCA) also located at the SAM website before an award to your company can be made. Your on-line ORCA registration will cover any/all of your offers to the Federal Government, and only needs updated annually. All responses must be submitted NLT May 8, 2020 at 5:00pm MST via e-mail to: ctheeke@usgs.gov. This is NOT a Request for Proposal (RFP) or Invitation for Bid (IFB) and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey. Any solicitation that may be issued will be posted on the beta.SAM and FedConnect websites and no paper copies will be provided.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a9638cae3e5244dfa6db798f1338d934/view)
 
Record
SN05645072-F 20200506/200504230155 (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.