Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 19, 2015 FBO #4835
MODIFICATION

J -- Maintenance for Waters Corporation Instrumentation and Software, Ft. Meade, MD

Notice Date
2/17/2015
 
Notice Type
Modification
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Region IIIUS Environmental Protection AgencyContracts Branch (3PM10)1650 Arch StreetPhiladelphiaPA19103-2029USA
 
ZIP Code
19103
 
Solicitation Number
RFQ-PA-15-00008
 
Response Due
2/20/2015
 
Archive Date
3/22/2015
 
Point of Contact
Ryan T. Parker
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6 and 13 as supplemented with additional information included in this notice. This solicitation is being issued as a Request for Quotations (RFQ) under the authority of FAR Subpart 13.5, Test Program for Certain Commercial Items as solicitation number RFQ-PA-15-00008. Award will be made using Simplified Acquisition Procedures in accordance with FAR Part 13. Anywhere in this solicitation where the term "Bid", "Offer", or "Proposal" is used, it is hereby changed to read "Quote." Anywhere in this solicitation where the term "Bidder" or "Offeror" is used, it is hereby changed to read "Quoter." This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This procurement is issued as a 100% small business set aside. The associated North American Industrial Classification (NAICS) code is 811219 and the business size standard is $20.5 million. Maintenance for Waters Corporation Instrumentation and Software At Ft. Meade, MD Laboratory Performance Work Statement The Contractor shall furnish the necessary personnel, replacement parts, consumables, travel, materials, equipment, services and facilities, except as otherwise specified herein, and otherwise perform all activities necessary for, or incidental to, the performance of the work set forth in the requirements listed below. A. Contractor Responsibilities 1. The Contractor shall provide technical advice and instructions by telephone within a maximum of four (4) business hours to answer questions and resolve any hardware and/or software problems encountered in analytical applications of the equipment listed. These questions and problems may involve a diagnosis of hardware and/or software malfunctions and assistance in proper interpretation and use of the software systems, including instructions on procedures to follow in using the software systems to properly acquire and record data from the instruments; to manipulate data; and to arrive at the qualitative and quantitative data reports as required. 2. The Contractor shall provide on-site remedial and preventive maintenance service, as defined herein, to ensure minimal down time. The on-site service response for remedial services shall be initiated within one to four business days of the initial service call placed with the Contractor's Service Representative, depending on the equipment as specified in Attachment A. Preventive maintenance must be performed within two months of the scheduled time for each instrument. 3. The Contractor shall maintain, or have access to an inventory of replacement parts and such tools and instruments as are necessary to properly and efficiently maintain the equipment listed in Attachment A. Replacement parts shall be delivered on-site within 24 hours or one business day following a request, or delivered directly to the Contractor. If a part cannot be replaced with 24 hours of the on-site visit, a loaner must be supplied. Parts removed, for which replacement is made, will become the property of the Contractor. The replaced part shall be the same as was previously installed in the instrument or the currently available equivalent. 4. The Contractor shall provide, install, and maintain updates of the Waters Empower, MassLynx and Target Lynx instrument control and data processing software, together with operating manuals (on-line or hard copy) describing and explaining the software and its applications. The Contractor shall also provide bulletins that identify and describe discovered defects and recommended work-arounds. The laboratory will require four (4) software support plans. Refer the list of equipment. 5. The Contractor shall provide the services set forth above between 0900 and 1700 EST, Monday through Friday, excluding federal holidays. The Contractor shall not perform work under this contract unless Government personnel are present at the Government facility while the Contractor is performing the service. B. Definitions 1. Preventive Maintenance: includes cleaning, adjusting, inspecting and testing procedures designed to reduce product failure and/or extend useful product life. For all liquid chromatograph (LC) and gas chromatograph (GC) systems, the Contractor shall inspect internal connectors for proper contact and placement; verify pumping systems; verify operation of all fans; verify chromatographic performance, detector response and operating pressures and perform all maintenance according to the current LC, GC and detector and operating manuals to the COR (Contracting Officer's Representative). The Contractor shall also perform GC and LC checkouts consisting of reestablishing normal operating conditions, checking and recording the detector offset, and injecting the COR's chemical standard or sample. For all LC/mass spectrometer (LC/MS), LC/MS/MS and GC/MS systems, the Contractor shall clean the mass spectrometer ion source; check for evidence of mechanical pump oil leakage; drain an d replace mechanical pump oil; replace the replace sample cone, clean the desolvation chamber; clean all fans; and perform a system post-check consisting of pumping the LC/MS, LC/MS/MS or GC/MS systems back down, performing a leak check, and performing all applicable tuning and calibration. The Contractor shall perform preventive maintenance on the equipment listed in Attachment A one time during each year of the contract. The COR will schedule the performance of the preventive maintenance. 2. Remedial Maintenance: includes the diagnosis and correction of equipment and/or software malfunctions and failures. Remedies may consist of temporary procedures to be followed by the Government while a permanent remedy is being sought. Remedial maintenance shall commence during coverage hours until the equipment is operational. If the Contractor determines that additional parts and/or repair personnel are required, service shall be interrupted and shall resume as soon as these parts and/or personnel are available. The additional parts and/or personnel shall be available within 24 hours. The COR is authorized to request the Contractor to perform remedial maintenance. 3. COR (Contracting Officer's Representative) - Name will be provided at time of award. C. Exclusions Remedial maintenance and preventive maintenance service do not include refinishing the equipment or furnishing materials for that purpose: electrical work or ventilation exhaust equipment external to the equipment; maintenance of accessories, attachments or other items not specified in the contract and remedial maintenance due to facility inadequacies. Attachment A: Serial Numbers - Instrument/Software Items Masslynx High Res GC/MS EM9BN01666 - WATERS SOFTWARE BASIC PLAN PERSONAL MS3EN04200 - MassLynx Software 1 Year Plan M543 - AUTOSPEC HPLC/PDA system: 2695/996/474/SATIN/SOFTWARE W/BLACE I99474412M 474 - FLUOR. DET J99996828M 996 - P.D.A H99SM4910M 2690UP - Alliance- Upgraded F99BLS088T BLACESPCI - PCI BUSLACE SINGLE MX9JM2998M - WATERS SOFTWARE PREMIER PLAN PERSONAL HPLC/MS system: ZQ2000 2695/2996/SOFTWARE ML2HN01583 - WATERS SOFTWARE BASIC PLAN PERSONAL F02296137M 2996 - PDA DETECTOR F02SM4707M 2695 - SYSTEM LAA746 ZQ2000 - ZQ 2000 MASS SPEC HPLC/MS/MS system: TQD system C09UPD527M UPPDA-E - UPLC PDA-e DETECTOR D09UPA030M UPSMPMGR - UPLC SAMPLE MGR D09UPB482M UPBINARY - UPLC BINARY SOL MGR QBB759 TQD - TRIPLE QUAD DETECTOR PERIOD OF PERFORMANCE: Start date will be provided at time of award. The Government anticipates a 1 year base period with four 1 year option periods. SCHEDULE: CLIN 0001 - Base Period: $_________ (monthly price) x 12 months = $__________ CLIN 1001 - Option Period 1: $_________ (monthly price) x 12 months = $__________ CLIN 2001 - Option Period 2: $_________ (monthly price) x 12 months = $__________ CLIN 3001 - Option Period 3: $_________ (monthly price) x 12 months = $__________ CLIN 4001 - Option Period 4: $_________ (monthly price) x 12 months = $__________ APPLICABLE CLAUSES AND PROVISIONS: The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-78, December 26, 2014. The following provisions and clauses are hereby incorporated by reference and shall apply to this solicitation and shall apply accordingly to the subsequent award. The provisions and clauses can be found at www.acquisition.gov/far. FAR 52.212-1, Instructions to Offerors - Commercial Items (Apr 2014) - The NAICS code for this procurement is 811219 and the business size standard is $20.5 million. FAR 52.212-2, Evaluation - Commercial Items (Oct 2014) (a) The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: Price, Technical, and Past Performance. Technical includes the contractor's ability to meet the requirements of the Statement of Work. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). The Government will award a contract resulting from this solicitation to the lowest priced technically acceptable quote conforming to the solicitation. The Government intends to award on an all or none basis. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Dec 2014) FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Dec 2014) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Dec 2014) - Note that the following FAR clauses are cited within this clause: 52.203-6, Restriction on Subcontractor Sales to the Government (Sep 2006), with alternate I (Oct 1995) (4 U.S.C 4704 and 10 U.S.C 2402). 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug 2013) (31 U.S.C. 6101 note). 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)). 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C 4212). 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (Jul 2014)(38 U.S.C. 4212). 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43). 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332). 52.239-1, Privacy or Security Safeguards (Aug 1996)(5 U.S.C 3332). 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 351, et seq.). - End of 52.212-5 52.217-8, Option to Extend Services (Nov 1999). 52.217-9, Option to Extend the Term of the Contract (Mar 2000). 52.225-4, Buy American-Free Trade Agreements -Israeli Trade Act Certificate (May 2014). EPAAR 1552.211-79, Compliance with EPA Policies for Information Resources Management. (Jul 2013). EPAAR 1552.233-70, Notice of filing requirements for agency protests. (JUL 1999). EPA-H-09-107, Unpaid Federal Tax Liability & Felony Criminal Violation Certification (Apr 2012). NOTES TO QUOTERS: All quotes are to be submitted via email to Ryan Parker at parker.ryan@epa.gov. Quotes are due by 3:00 pm local time Philadelphia, PA on February 11, 2015. The following information shall be submitted with your quote: 1. Monthly price quote for the period of performance. 2. A narrative that demonstrates the contractor's ability to meet the Technical Requirement along with qualifications / documentation to support the narrative. 3. Completed FAR provision 52.212-3. If you have completed representations in the System for Award Management (SAM), confirmation that the representations are available through SAM is acceptable. 4. Completed FAR provision 52.222-48. If you have completed the representations in System for Award Management (SAM) for 52.212-3(k), confirmation that the representations are available through SAM is acceptable. 5. Completed FAR provision 52.225-4 as applicable. 6. Evidence that your firm has previous experience, the financial resources, and administrative resources as herein specified to perform the type, magnitude, and quality of work specified. 7. Evidence that the proposed technicians/service personnel have experience in the service being proposed and have been trained on the currently available instrumentation. 8. Quoters shall provide a minimum of three (3) references with their quote. The references should for contracts of similar size, complexity and scope. The references shall include the company / agency name, contract number, address, contact person, telephone number, fax number, e-mail address, if available, and number of year's contractor has serviced the referenced account. All questions regarding this solicitation shall be submitted in writing via email to Ryan Parker at parker.ryan@epa.gov. Failure to submit a complete quote, including the 8 items listed in the Notes to Quoters above, by the time and date established may result in the quote not being considered. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (17-FEB-2015); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/EPA/OAM/3PM10/RFQ-PA-15-00008/listing.html)
 
Place of Performance
Address: Environmental Science Center701 Mapes RoadFort MeadeMD20755-5350USA
Zip Code: 20755-5350
Country: USA
 
Record
SN03643996-F 20150219/150217233039 (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.