Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 08, 2002 FBO #0280
SOLICITATION NOTICE

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

Notice Date
9/6/2002
 
Notice Type
Solicitation Notice
 
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-2003NMR
 
Point of Contact
Lisa Botella, Contract Specialist, Phone 215-233-6551, Fax 215-233-6558, - Eileen LeGates, Procurement Assistance Officer, Phone 215-233-6551, Fax 215-233-6558,
 
E-Mail Address
lbotella@naa.ars.usda.gov, elegates@naa.ars.usda.gov
 
Description
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, preventative remedial maintenance, software maintenance, emergency repair services, and Helium refill maintenance services for two (2) Varian Nuclear Magnetic Resonance (NMR) Spectrometers, two (2) Sun SPARK 5 Stations and software, and all other associated equipment at the USDA, ARS, Eastern Regional Research Center, 600 East Mermaid Lane, Wyndmoor, (Philadelphia), PA 19038. This Full Service Contract with standard Helium refills and software upgrades services is required for the following Government-owned equipment: ITEM 01: Unity Plus 400 NMR Spectrometer, Host System, and Magnet - QTY. 12; UNIT: MO; UNIT PRICE; AND AMOUNT. ITEM 02: Gemini 200 Nuclear Magnetic Resonance (NMR) Spectrometer, Host System, Standalone SPARC Classic Console, and Magnet - QTY. 12; UNIT: MO; UNIT PRICE; AND AMOUNT. ITEM 03: Unlimited Emergency Repair Services including software upgrades performed outside of normal business hours or on weekends and/or Federal holidays. ITEM 04: Pre-Inspection Site Visit - QTY. 1; UNIT: JOB; UNIT PRICE; AND AMOUNT. Price includes Shipping and Travel costs (lodging, meals and mileage). The Contractor shall provide at least one (1) scheduled preventative maintenance visit every six (6) months to insure that all of the equipment is functioning properly and to make any required minor repairs and remedy any existing problems. Services and repairs shall be scheduled a provided on an as needed basis, up to thirty (30) visits per year, and scheduled within 48 clock hours from the time the service call is placed. The equipment/software down-time shall not exceed a maximum of five (5) days from the time the technician begins working on the equipment. Regular system, hardware and software upgrades shall be provided on an unlimited basis and with the latest technological advances and the manufacturer's requirements. All software (excluding the GEMINI 200 Spectrometer) shall be Y2K Compliant. 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, SUN Sparc Station, Disk Drives, CRT Terminals, Keyboards, SCM Power Supplies, Printers, Frequency Synthesizers, Preamplifiers, Cryogen Level Control Units, Receiver and Transmitter Modules, and all Associated Interconnections, Printed Circuit Boards, Cable 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 is required to provide all software upgrades on the SPARK 5 Host Systems and maintain the software in accordance the latest technological advances and the manufacturer's recommedations. The Contractor shall provide all Liquid Helium refills and any preventive maintenance required for both systems. The Government shall provide all gases and cryogens necessary. The Government shall provide magnet restorations unless the magnet field or the vacuum integrity is lost during the Contractor's performed services or maintenance, in which case the Contractor shall be responsible for re-establishing the magnet field or vacuum integrity. The Contractor shall provide a standard commercial warranty on all parts, labor and services. SECTION 508 ACCESSIBILITY COMPLIANCE CLAUSE -All Electronic and Information Technology (EIT) procured through this Contract must meet the applicable accessibility standards at 36 CFR 1194, unless an agency exception to this requirement exists. (36 CFR 1194 implements Section 508 of the Rehabilitation Act of 1973, as amended, and is viewable at http://www.access-board.gov/sec508/508standards.htm - PART 1194. The following standards have been determined to be applicable to this contract: 1194.21, 1194.22, 1194.25, and 1194.26. This standard does not require the installation of specific accessibility-related software or the attachment of an assistive technology devise, but merely requires that the EIT be compatible with such software and devices so that it can be made accessible if so required by the agency in the future. The Contractor must note in the schedule whether each product or service is compliant or noncompliant with the accessibility standards at 36 CFR 1194. For each item that is identified as compliant the Contractor shall provide evidence or verification of compliance. The proposal must indicate where full details of compliance can be found (e.g schedule attachment, vendor's website or other readily available location (specify). Service engineers provided shall be trained and certified by the instrument and software manufacturer to perform repairs on the spectrometers and software. The period of performance will be from October 1, 2002 through September 30, 2003, with four (4) 12-month options. The Contractor shall provide a written report of the service/maintenance provided upon completion of each service call throughout the period of 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 and systems' 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, 600 East Mermaid Lane, Wyndmoor, (Philadelphia),
Zip Code: 19038
Country: United States
 
Record
SN00159591-W 20020908/020906213214 (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.