SOURCES SOUGHT
H -- JEOL MAINTENANCE RENEWAL
- Notice Date
- 1/30/2013
- Notice Type
- Sources Sought
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- USGS OAG DENVER ACQUISITION BRANCHPO BOX 25046204 DENVER FEDERAL CENTERDENVERCO80225-0046US
- ZIP Code
- 00000
- Solicitation Number
- G13PS00164
- Response Due
- 2/8/2013
- Archive Date
- 3/10/2013
- Point of Contact
- Christine Leonard
- E-Mail Address
-
cleonard@usgs.gov
(cleonard@usgs.gov)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT: This is a SOURCES SOUGHT NOTICE. The U.S. Geological Survey is conducting a MARKET SURVEY to determine the interest and capability of any firm eligible to compete under NAICS code 811219 for an upcoming requirement for the Central Mineral and Environmental Resources Science Center at the Federal Center in Denver, CO for maintenance services for JEOL scanning electron microscope model number JSM-5800LV CLD and model number JXA-8900 scanning microprobe. The offeror must have JEOL factory trained and authorized service engineers with current and specified training for these microscope models that can respond to on-site service calls within 24 hours. There shall be a minimum of two factory trained and authorized service engineers with specific training for the JOEL JXA 8900 Electron Microprobe and the JOEL JSM-5800LV CLD as well as other factory trained engineers that can be brought in if the primary service engineers are unavailable to meet critical response times. Response time for on-site service calls must be within 24 hours. A preventive maintenance (PM) shall be performed on both pieces of equipment at least twice per contract year and prices shall include all consumable parts for PM service performed. It is critical that the successful offeror have immediate access to JEOL replacement parts for these models, due to the equipments criticality to the USGS geologic discipline mission. Replacement parts must be made available within 24 hours of the initial service call, performance and repairs must be completed within 2 business days of a service call that cannot be resolved with telephone support, with a requirement of zero down time for the instruments. The successful offeror shall provide telephone support for repair and maintenance Monday through Friday 8:30 AM to 5 PM, MST, except holidays. The offeror must also have authorization for direct communication with the JEOL manufacturer in Japan for issues such as software maintenance and software upgrades and perform upgrades/updates as deemed necessary by the equipment manufacturer. THIS IS NOT A SOLICITATION. ALL COST ASSOCIATED WITH PROVIDING INFORMATION AS REQUESTED BY THIS SOURCES SOUGHT NOTICE SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. Submission is voluntary. Project Description: The USGS maintains and operates a JEOL model number 5800-LV scanning electron microscope and JEOL model number JXA-8900 electron microprobe located in the Denver Microbeam Laboratory, Building 20, Denver Federal Center. The instruments provide critical analytical research data for geologic discipline programs. The instruments also provide data for USGS and other federal agency (OFA) clients. The two fully automated instruments operate daily, overnight and weekends. The JEOL 5800-LV scanning electron microscope and JEOL JXA-8900 electron microprobe are often scheduled weeks to months in advance including scheduling for out of town researchers who travel to Denver specifically to use these instruments. The instruments are both comprised of several critical subsystems including an electron optical column, an electronics console, PC, and a variety of data output devices. The JEOL 5800-LV scanning electron microscope and JEOL JXA-8900 electron microprobe must be maintained in full operating condition and to the manufacturers specifications at all times. This is necessary because of the strict scientific requirements of Mission area scientists as well as the Mission Areas obligations to OFA clients. In order to meet these requirements, a full service contract for instrument preventative maintenance and repair is critical. The instruments must be maintained with highest priority service by JEOL factory trained, authorized service personnel in order to ensure proper maintenance and repair and to prevent damage to the instruments. A scope of work will be provided with any solicitation that may be issued. The Government is not required to issue a solicitation. Responses to this announcement are requested from (1) SBA certified Small Business HubZone firms; (2) Small Business firms certified by a Small Business Administration (SBA) district or regional office for participation in the 8(a) program; (3) Service-Disabled Veteran-Owned small Business firms; (4) Small Businesses and (5) Large Businesses. In response to this announcement, please indicate your firm's socioeconomic status (e.g. small business, service-disabled veteran-owned, women owned, HUBZone, etc.) This information will assist the Government in determining how small businesses can fit into the acquisition strategy. A firm is considered small under NAICS code 811219 if their AVERAGE annual receipts for the preceding three (3) years were less than or equal to $19.0 million. Any information submitted is voluntary. If sufficient interest and capability is not received from firms in categories (1) through (4) above, any solicitation may be issued as unrestricted without further consideration. Interested business firms shall submit (1) NAME, ADDRESS, and PHONE NUMBER OF THE FIRM (including DUNS NUMBER); (2) a CAPABILITY STATEMENT including (a) RECENT (within the last three fiscal years) RELEVANT (similar projects to this requirement) performance history (identify the name of the owner and their point(s) of contact with telephone and fax numbers, e-mail addresses; and (b) in what capacity (e.g., prime, subcontractor etc.) they performed the work; and (3) their SIZE STATUS. Your company must have a DUNs number and be registered on-line at the System for Award Management (SAM). You will also be required to provide your small business status information either via the RFP or the On-line Representations and Certifications (ORCA) also located at the SAM website before an award to your company can be made. Your on-line ORCA registration will cover any/all of your offers to the Federal Government, and only needs updated annually. All responses must be submitted NLT February 8, 2013 at 3:00pm MST via e-mail to: cleonard@usgs.gov. This is NOT a Request for Proposal (RFP) or Invitation for Bid (IFB) and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey. Any solicitation that may be issued will be posted on the Federal Business Opportunities website and no paper copies will be provided.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/G13PS00164/listing.html)
- Record
- SN02975418-W 20130201/130130234005-b5f6a01e2ed64c006accc7d5d6d0f5be (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 |