Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 16, 2003 FBO #0719
MODIFICATION

J -- PREVENTATIVE MAINTENANCE FOR NMR SPECTROMETERS, CONSOLS, MAGNETS, AND SOFTWARE

Notice Date
11/14/2003
 
Notice Type
Modification
 
Contracting Office
Department of Agriculture, Agricultural Research Service, North Atlantic Area Office, 600 East Mermaid Lane, Wyndmoor, PA, 19038
 
ZIP Code
19038
 
Solicitation Number
Reference-Number-CT4001
 
Response Due
11/13/2003
 
Point of Contact
Lisa Botella, Contract Specialist, Phone 215-233-6551, Fax 215-233-6558,
 
E-Mail Address
lbotella@naa.ars.usda.gov
 
Description
THE SOLICITATION NOTICE IS HEREBY CANCELLED EFFECTIVE 11/14/2003 BECAUSE IT WAS ISSUED IN ERROR. The USDA, Agricultural Research Service (ARS) intends to negotiate solely with Varian Associates, Inc. in Columbia, MD to provide a full service contract which includes: regular system maintenance, preventive remedial maintenance, software maintenance, emergency repair services, and helium refill maintenance services for two (2) Varian Nuclear Magnetic Resonance (NMR) spectrometers and two (2) SPARC 5 Host Systems with VNMR and Solaris software, consol and magnet and all associated equipment at the USDA, ARS, Eastern Regional Research Center, in Wyndmoor, (Philadelphia), PA. The services shall be required for the following Government-owned equipment: 1) Unity Plus 400 NMR Spectrometer, Host system, console, magnet, and software; 2) Gemini 200 Nuclear Magnetic Resonance (NMR) Spectrometer, Host System, console, magnet, and software; 3) Unlimited Emergency Repair Services for the above specified equipment and software upgrades which are performed outside of normal business hours, on weekends and/or Federal Holidays. Services shall include customer support and diagnostic telephone support and one (1) preventative maintenance visits per year to insure that all of the equipment is functioning properly and to make any required minor repairs. All software shall be "Y2K" compliant and maintained or upgraded as required. Unlimited Emergency Repair Services shall be provided on an as needed basis five (5) days a week with a response time no later than three (3) workdays from the time the service call is placed. The Contractor shall provide maintenance, service, repairs and replacement parts for all modules and subassemblies contained in the main console and/or peripheral equipment rack. Items include but are not limited to: software, SPARC 5 Host systems, rf components, amplifiers, shim power supply, preamplifiers disk drives, CRT terminals, keyboards, printers, graphic plotters, frequency synthesizers, Cryogen level control units, receiver and transmitter modules, and all associated interconnections, printed circuit boards, cables and wiring harnesses. The Contractor shall also provide maintenance service, repairs and replacement parts on magnetic windings, shims, power supply and related electronics, and cooling components of the two superconducting magnets. The Contractor shall provide all updates to the user manuals. The Contractor shall also perform all Liquid Helium Refills and preventive maintenance required for the operation of the NMR's. Magnet restoration shall be provided by the Government unless the magnet field and/or the vacuum integrity is lost during a Contractor performed Liquid Helium transfer, in which case the Contractor shall be responsible for reestablishment of said magnet field and/or vacuum integrity. The Government shall provide all gases and cryogens necessary. The Contractor shall maintain the equipment and software, in accordance with the manufacturer's specifications and requirements. Service engineers provided shall be trained and certified by the instrument and software manufacturer to perform repairs on the spectrometers and software. Documentation is required prior to award. The period of performance will be from October 1, 2003 through September 30, 2004, with two (2) 12-month options, pending availability of FY-04 funding. The Contractor shall provide a written report of the service/maintenance provided upon completion of each service call throughout the contract. Companies with the demonstrated capability and financial capacity to provide and service all such equipment must submit a written substantive statement outlining the Company's capabilities to the Contracting Officer within 5 days of publication of this notice. This is not a request for proposal. No solicitation is available.
 
Place of Performance
Address: USDA, ARS, EASTERN REGIONAL RESEARCH CENTER (ERRC),, 600 EAST MERMAID LANE,, WYNDMOOR, PA
Zip Code: 19038
Country: USA
 
Record
SN00470161-W 20031116/031114211829 (fbodaily.com)
 
Source
FedBizOpps.gov 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.