Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 19, 2015 FBO #5048
DOCUMENT

J -- WATERS PERFORMANCE & ASSURANCE PLANS GS-07F-0559X VA263-15-F-0958 [Effective 10-01-2015] - Attachment

Notice Date
9/17/2015
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;VA Black Hills HCS;Fort Meade Campus;113 Comanche Rd.;Fort Meade SD 57741
 
ZIP Code
57741
 
Archive Date
9/27/2015
 
Point of Contact
CHARLES BONET
 
Small Business Set-Aside
N/A
 
Description
JUSTIFICATION FOR SINGLE SOURCE AWARDS IAW FAR 13.106-1 (OVER MICRO-PURCHASE THRESHOLD($3K) BUT NOT EXCEEDING THE SAT ($150K)) IAW FAR13.104, COs must promote competition to the maximum extent practicable to obtain supplies and services from the source whose offer is the most advantageous to the Government, considering the administrative cost of the purchase. When competition is not practicable, IAW FAR13.106-1(b), COs solicit from a single source for purchases not exceeding the simplified acquisition threshold. COs may solicit from one source if the CO determines that the circumstances of the contract action deem only one source reasonably available (e.g., urgency, exclusive licensing agreements, brand-name or industrial mobilization). IAW FAR13.106-3(b)(3),COs are required to include additional statements explaining the absence of competition (see 13.106-1 for brand name purchases) if only one source is solicited and the acquisition does not exceed the simplified acquisition threshold (does not apply to an acquisition of utility services available from only one source) or supporting the award decision if other than price-related factors were considered in selecting the supplier. This template when completed can be used to document single source awards IAW FAR13.106-3(b)(3). Note: Statements such as "only known source" or "only source which can meet the required delivery date" are inadequate to support a sole source purchase. 1. PURCHASE REQUEST OR REQUISITION NUMBER: 618-16-1-4008-00141A. PROJECT/TASK NUMBER 1B. ESTIMATED AMOUNT: $63,032.49 2. BRIEF DESCRIPTION OF SUPPLIES OR SERVICES REQUIRED AND THE INTENDED USE: Fixed price sole source service agreement on the Waters equipment. Service Maintenance Agreement includes the following: ITEMTYPE OF SERVICE/SERIAL NUMBERDESCRIPTION 1Total Assurance Plan with one PM/C11UPM194GGas chromatography system, auto-sampler column manager 2Total Assurance Plan with one PM/J07UPH542MGas chromatography system, auto-sampler column heater 3Total Assurance Plan with one PM/H07UPA958MGas chromatography system, auto-sampler 4Total Assurance Plan with one PM/H07UPB078MGas chromatography system, pump interface 5Total Assurance Plan with one PM/L07UPB782MGas chromatography system, solvent manager 6Total Assurance Plan with one PM/M07UPA736MGas chromatography system, auto-sampler 7Total Assurance Plan with one PM/D10UPH637GGas chromatography system, column heater 8Total Assurance Plan with one PM/D10UPB298AGas chromatography system 9Total Assurance Plan with one PM/E10UPA431MGas chromatography system, sample manager 10Total Assurance Plan with one PM/D10UPH627GGas chromatography system, column heater 11Total Assurance Plan with one PM/D10UPB270AGas chromatography system 12Total Assurance Plan with one PM/E10UPA427MGas chromatography system, sample manager 13Performance Maintenance Plan with one PM/QBA203Gas chromatography system, mass spectrometer 14Performance Maintenance Plan with one PM/QBA271Gas chromatography system, mass spectrometer 15Performance Maintenance Plan with one PM/QBB1090Gas chromatography system, mass spectrometer 16Performance Maintenance Plan with one PM/VBA481Gas chromatography system, mass spectrometer The Total Assurance Plan (TAP) is fully comprehensive. A number of Performance Maintenance (PM) visits are included as specified below. At time of PM a Waters factory trained engineer will replace all parts subject to wear as defined in Waters product specific PM checklist. All parts are guaranteed genuine Waters Quality Parts, and are included in a comprehensive PM parts kit which is provided for each and every PM visit. All required corrective maintenance is also included in the Total Assurance Plan. As with PM visits, all parts used in corrective maintenance are guaranteed, factory-tested, Waters Quality Parts. As an option Calibration (Cal) can be added, which consists of a single point test which serves as a check of instrument performance, or Qualification (Qual) which includes more comprehensive component level testing (Operational Qualification or OQ), and system level testing (Performance Qualification or PQ), and more extensive documentation. The Performance Maintenance Plan (PMP) provides one Performance Maintenance (PM) visit. At the time of the PM, a Waters factory trained engineer will replace all parts subject to wear as defined in our product specific PM checklist. All parts are guaranteed genuine Waters quality parts, and are included in a comprehensive PM parts kit which is provided for each and every PM visit. The Performance Maintenance Plan also includes a discount on any additional service required during the contract period. Additionally, charges for corrective maintenance visits are capped on a per instrument per event basis, limiting liability for emergency repairs. As an option Calibration (Cal) can be added, which consists of a single point test which serves as a check of instrument performance, or Qualification (Qual) which includes more comprehensive component level testing (Operational Qualification or OQ), and system level testing (Performance Qualification or PQ), and more extensive documentation. Service and repair of the Equipment will be provided by an authorized Waters Service Representative. Waters may use one or more of the following service options to replace or repair Equipment: (a) dispatch a Waters service representative to the customer's facility; or (b) provide for repair or replacement of the Equipment at a Waters repair facility; or (c) provide delivery of replacement components to the customer, with instructions for installation of the components by the customer. Waters may, while performing service on the Equipment, replace outdated hardware, firmware and software with current revisions. Period of Performance: YearPeriod Base10/1/2015-9/30/2016 1st Option10/1/2016-9/30/2017 2nd Option10/1/2017-9/30/2018 3rd Option10/1/2018-9/30/2019 4th Option10/1/2019-9/30/2020 3. UNIQUE CHARACTERISTICS THAT LIMIT AVAILABILITY TO ONLY ONE SOURCE, WITH THE REASON NO OTHER SUPPLIES OR SERVICES CAN BE USED: This contract is Proprietary to the manufacturer. Waters Corporation, the manufacturer, is the only vendor qualified or able to provide service and software updates/upgrades on this equipment. 4. REASON THAT SUGGESTED SOURCE IS THE ONLY SOURCE, WHICH CAN PROVIDE THE SUPPLIES OR SERVICES: Waters Corporation is the OEM and is the only source available to provide service coverage. 5. DESCRIPTION OF MARKET RESEARCH CONDUCTED AND RESULTS OR STATEMENT WHY IT WAS NOT CONDUCTED: If other qualified and OEM trained companies become available to repair this equipment in the future, new sources will be sought. 6. Contracting Officer's Certification: Purchase is approved in accordance with FAR13.106-1(b). I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. Signature: _____//s//_________________________ Date: 08/18/2015 Name: Todd M. Pond Title: Contracting Officer Facility: NCO 23 Black Hills
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/fbb0fa11ca290ba02bb44de12094fd8a)
 
Document(s)
Attachment
 
File Name: GS-07F-0559X VA263-15-F-0958 GS-07F-0559X VA263-15-F-0958_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2323506&FileName=GS-07F-0559X-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2323506&FileName=GS-07F-0559X-002.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03891409-W 20150919/150917235906-fbb0fa11ca290ba02bb44de12094fd8a (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.