|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 10,1998 PSA#2155U. S. Environmental Protection Agency, Contracts Management Division
(MD-33), Attn: ORDSC, Research Triangle Park, NC 27711 J -- MAINTENANCE OF THE VC 70-VSEQ MASS SPECTROMETER AND THE FISONS
ISOTOPE RATIO MASS SPECTROMETER SOL PR-NC-98-11934 DUE 081898 POC Karen
Z. Gibson, Contract Specialist (919)541-4556 E-MAIL: Click here to
contact the Contract Specialist via, gibson.karen@epamail.epa.gov. THIS
IS AN AMENDMENT TO A SYNOPSIS PREVIOUSLY PUBLISHED ON 7/8/98. The
change consists of the removal of the maintenance requirement for the
Fisons MD 800 quadrupole mass spectrometer as a component of the Fisons
Isotope Ratio Mass Spectrometer. The due date for proposals is changed
to August 18, 1998. For you information, the revised text is as
follows: 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; PROPOSALS ARE BEING
REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The
solicitation number is PR-NC-98-11934 and the solicitation is being
issued as a Request for Proposals (RFP). The solicitation document and
incorporated provisions and clauses are those in effect through
Federal Acquisition Circular 97-05. This contract will be awarded as a
result of full and open competition and a firm-fixed-price contract is
anticipated. This is a follow-on to contract 68-C5-0034 with Fisons
Instruments, Inc. The Contractor shall provide preventative and
remedial maintenance for the VG 70-VSEQ mass spectrometer and the
Fisons Isotope Ratio mass spectrometer system. The VG 70-VSEQ mass
spectrometer system is defined as the complete mass spectrometer system
installed by VG Instruments (installation completed July 1990) and
includes all integral parts (such as the gas cell, electronic controls,
collision cell, cesium ion gun, oscilloscope, SIOS interface, photo
multiplier, etc.) and all peripheral parts (such as the Hewlett-Packard
5890A gas chromatograph, thermospray LC/MS interface, and pumping
system -- oil diffusion pump, turbo molecular pumps, and rotary pumps);
and a computer data system (DEC Alpha 255, with color monitor
(VRC21-WA) and tape drive (TLZ09-VA), installed in 1997) that controls
the VG 70-VSEQ mass spectrometer. The Fisons Isotope Ratio (IRMS) mass
spectrometer system is defined as the complete mass spectrometer system
installed by Fisons Instruments (installation completed May 1994). This
system consists of a Fisons Optima IRMS with the H/D collector option
and a dual micro inlet system with the capability of measuring small
CO2 and N2 samples; a Fisons Isochron GC/IRMS interface for use with
the Optima (which includes a Hewlett-Packard 5890 Series II gas
chromatograph with HP 7673 autosampler and split/splitless injector,
combustion and interface furnaces with temperature controllers, a water
trap with temperature controller and a mounting table); a Fisons NA
1500 NC elemental analyzer with interface for use with Optima (which
includes a 50-position autosampler); and a computer data system (which
consists of Dell Netplex 433/p and Dell Netplex 466/p microcomputers.
The Contractor shall provide prompt on-site service, automatic
software upgrades, and unlimited telephone technical support for the
covered equipment. The following specific terms apply: (1) Maximum
120-hour response time (between time of contactwith vendor and arrival
of contractor service representative at site of instrument if deemed
appropriate) for service. (2) Remedial service for all interfaces. (3)
All parts for repair of mass spectrometers and interfaces, except the
following parts that are considered to be consumable items: Filaments,
ion gauge filaments, electron multipliers, source heaters, GC columns,
source components and ceramics, sample tubes, FAB targets, FD
emitters, glass jets, source/collector slits, printer paper and ribbon,
disc packs, and tape cartridges. These items will be purchased by the
government. (4) All travel, lodging, transportation, and other costs
related to provision of maintenance/repair services shall be provided
at no additional charge to the Government. (5) All replacement parts
and components shall be new at time of installation. (6) The Contractor
must have unrestricted access to its own supply of replacement parts,
and these parts must be available within five (5) full days. (7) If
refurbishment of components or parts is required, and if such
refurbishment will take longer than five (5) full days, the contractor
shall provide loaner equipment at no additional cost to the Government
for use until the refurbished equipment is returned. (8) Primary
contractor service engineer designated to service the mass
spectrometers must have had factory training (by the manufacturer) and
a minimum of two years experience in the field. Also, the field
experience must be current (within the last two years). Finally, the
designated contractor service engineer must have established experience
servicing the type of equipment described in this contract. However,
the experience does not have to be limited only to this type of
equipment. (9) Preventative maintenance twice a year for the mass
spectrometers and pumping systems. Project officer will notify
contractor in writing at least 15 working days before preventative
maintenance is to be performed. The following clauses apply to this
acquisition: Clause EP52.217-981, Option to Extend the Term of the
Contract-Fixed Price; EP52.216-170, Consideration and Payment-Itemized
Fixed Prices; and EP52.212-140, Period of Performance. The contract
will consist of a base period and 4 option periods of 12 months each.
The periods of performance shall be: Base Period, 10/1/98 -9/30/99,
Option I, 10/1/99 -- 9/30/2000, Option II, 10/1/2000 -- 9/30/2001,
Option III, 10/1/2001 -- 9/30/2002, Option IV 10/1/2002 -- 9/30/2003.
Offerors should submit pricing information per period. The following
FAR provisions apply to this solicitation: 52.212-1,
Evaluation-Instructions to Offerors-Commercial; 52,212-2,
Evaluation-Commercial Item. Evaluation criteria to be included in
paragraph (a) of provision 52.212-2 are as follows: (I) technical
capability to meet the Government requirements; (ii) past performance;
(iii) price, in decreasing order of importance. Technical and past
performance when combined, are significantly more important than price.
Offerors should submit 3 references for past performance.Award will be
made to the offeror that provides the best value to the Government.
All offerors are to include with their offers a completed copy of
provision 52.212-3, Offeror Representations and
Certifications-Commercial Items. The following FAR clauses apply to
this acquisition 52.212-4, Contract Terms and Conditions-Commercial
Items, and 52.212-5 Contract Terms and Conditions Required to Implement
Statutes or Executive Orders-Commercial Items. The following additional
FAR clauses which are cited in 52.212-5 are applicable to this
acquisition: 52.203-6,, Restrictions on Subcontractor Sales to the
Government, with Alternate I; 52.203-10, Price or Fee Adjustment for
Illegal or Improper Activity; 52.219-14, Limitation of Subcontracting;
52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for
Special Disabled Vietnam Era Veterans; 52.222-36 Affirmative Action for
Handicapped Workers; 52.222-37, Employment Reports on Special Disabled
Veterans and Veterans of the Vietnam Era; 52.225-3, Buy American
Act-Supplies; 52.222-41, Service Contract Act of 1965, as Amended. Cost
information for each period and technical information should be
submitted in separate proposals. Please submit three copies of offers
to Karen Z. Gibson, Contract Specialist, U.S. Environmental Protection
Agency, MD-33, Research Triangle Park, NC 27711. Courier Delivery
Address is : U.S. Environmental Protection Agency,
Receptionist-Administration Bldg. Lobby, Attn: Karen Z. Gibson, 79
Alexander Drive, Research Triangle Park, NC 27709. All offers are due
by August 18, 1998, 4:30 p.m. EST. Offers/bids received after the exact
time specified will not be considered. No telephonic or faxed requests
will be honored. Referenced clauses can be found on the internet at
http://www.epa.gov/oam/rtp_cmd. Posted 08/06/98 (W-SN233811). (0218) Loren Data Corp. http://www.ld.com (SYN# 0065 19980810\J-0021.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|