SPECIAL NOTICE
66 -- PerkinElmer instruments maintenance Agreement
- Notice Date
- 3/2/2015
- Notice Type
- Special Notice
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street, Butler Square 5TH Floor, Minneapolis, Minnesota, 55403
- ZIP Code
- 55403
- Solicitation Number
- PR-15-735126
- Archive Date
- 3/31/2015
- Point of Contact
- Carol R. Dingess, Phone: 970-494-7360
- E-Mail Address
-
carol.dingess@aphis.usda.gov
(carol.dingess@aphis.usda.gov)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Department of Agriculture, Grain Inspection, Packers and Stockyards Administration, Technology and Science Division (GIPSA TSD) laboratory in Kansas City, Missouri. intends to award a sole source, contract to PerkinElmer Health Science, Inc. GIPSA TSD needs to purchase maintenance and repair coverage for PerkinElmer Optima 8000 ICP and PinAAcle 900T AA instrumentation, associated software, installed components, and connected equipment. The systems, and all of the associated components, are used for evaluating the safety/health risks of U.S. grain related to heavy metal content (AA/ICP) and in a research capacity searching for new/improved testing methods that can be used for the marketing of grain to better define the quality and best-use potential of raw grain. The purpose of this contract is to provide the laboratory with maintenance and repair coverage of the above mentioned instrumentation for ensuring minimization of downtime, effective methods development, and delivery of services in support of GIPSA missions. The purchased maintenance agreement must include the following, at a minimum: • Coverage of instrumentation provided by PerkinElmer including the following components in Exhibit 1 • Two preventative maintenance visits per year • Unlimited telephone technical support • Unlimited number of on-site service visits using certified PerkinElmer personnel • Standard response time of on-site visit within 48 hours of service request depending on part availability • Full coverage of service engineer travel and labor costs, service parts, and consumable parts required for repair to return instrument to normal operation • Use of Genuine PerkinElmer parts • PerkinElmer factory trained and certified engineers • Software support for PerkinElmer workstation software controlling the instrument Exhibit 1 PerkinElmer Instrumentation Systems Serial Number Perkin Elmer Optima 8000 ICP Model ICPN0772046 Chiller 2F13C0733 S10 Autosampler 102S13124908 Model ICPN0780011Optima 8000 078S1312167C Model AAN3160082 PinAAcle 900T THGA/FL HSN w H2O Recirculator PTCS14091603 This procurement is being conducted in accordance with FAR 6.302-1 The supplies or services needed are available from only one responsible qualified source at this time and no other type of supplies or services will satisfy these needs. PerkinElmer does not have any agreements to supply spare parts with any other distributor or service providers. They are the sole source for factory new or factory remanufacture parts, and do not certify third party technical service. Perkin Elmer is the only source for factory trained and certified engineers to provide service for all instrumentation manufactured and sold by PerkinElmer Health Sciences, Inc. This Notice of Intent is not a request for competitive proposals. No solicitation documents are available and telephone requests will not be honored. However, if a firm believes it can meet the requirements it must furnish information about its products and services, as well as three (3) references from other customers who are using these services, to the Contracting Officer by 4:00pm. Central Time (MT) on the closing date of this notice. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to comply with the above requirement. The North American Industry Classification System (NAICS) code for this acquisition is 811219-Other electronic and precision equipment repair and maintenance. The Small business size standard is $ 20.5Mil. Responses received after the response date or without the required information will be deemed nonresponsive to the synopsis and will not be considered. Capability statements may be sent to: Carol Dingess, Contracting Officer, USDA-APHIS-MRPBS, ASD Procurement Branch, 2150 Centre Avenue Building B MS (2E06) Fort Collins, CO 80526, or via email @ Carol.Dingess@aphis.usda.gov or fax @ 970-472-1897.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/PR-15-735126/listing.html)
- Place of Performance
- Address: USDA/ GIPSA/ FGIS/ TSD, Biotechnology and Analytical Services Branch, National Grain Center, 10383 N. Ambassador Drive, Kansas City, Missouri, 64153, United States
- Zip Code: 64153
- Zip Code: 64153
- Record
- SN03655882-W 20150304/150302234622-a7b5d4cff905231838fff96d0fe60b46 (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 |