Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 31, 2018 FBO #6186
MODIFICATION

66 -- OXFORD AZTEC EDS SERVICE CONTRACT

Notice Date
10/29/2018
 
Notice Type
Modification/Amendment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
USGS OAG DENVER ACQUISITION BRANCH PO BOX 25046 204 DENVER FEDERAL CENTER DENVER CO 80225-0046 US
 
ZIP Code
00000
 
Solicitation Number
140G0219R0001
 
Response Due
11/6/2018
 
Archive Date
11/21/2018
 
Point of Contact
Corney, Cedric
 
Small Business Set-Aside
Total Small Business
 
Description
This Sources Sought Notice is being published for the purpose of conducting Market Research to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. This is not a solicitation. All costs associated with providing information, as requested by this Sources Sought Notice, shall be the responsibility of the submitter. Submission is voluntary. This requirement is for: An annual preventative maintenance and service contract is required to maintain and repair the mission critical Oxford AZtec micsF+/x-stream2//X-Max50//Nordlys system. Included in the contract are most of the necessary parts and labor to effectively diagnose, repair, and replace essential operating components of the equipment, software updates, and one preventative maintenance service. Capabilities required: 1.The service agreement covers the entire Oxford Instruments AZtec micsF+/x-stream2//X-Max50//Nordlys system and provides for priority telephone support and response within one business day, labor, genuine spare parts, travel related expenses, and software updates. 2.Oxford Instruments approved staff shall diagnose problems and provide and install replacement parts to restore the system to factory specifications. Shipping expenses for parts delivery and return is at the vendors cost. Vendor is responsible for removing parts from USGS facility and shipping to vendor. 3.The vendor will perform one preventative maintenance (PM) and calibration to factory specifications per year. This visit will occur in the last three months of the performance period. When possible, the PM visit can coincide with a maintenance visit. 4.The vendor will provide software updates that provide bug fixes and/or safety related improvements. 5.Should the detector fail, the vendor shall ship a detector that meets the specifications of the originally purchased detector or repair the detector. Exchange or repair will be based upon availability of detector stock but will be less than 4 weeks. The vendor will send a service engineer to the site as soon as possible, within 4 weeks of detector failure, to de-install the faulty detector and re-install the replacement. If offsite repairs and testing are longer than four weeks, vendor will provide a loaner detector for the duration of the repair and reinstallation. 6.The vendor shall verify performance after exchanging the detectors. The vendor service engineer shall pack the faulty detector and return to the vendor. Vendor shall pay for all shipping costs. Interested firms who feel that they can provide the analysis (based upon the criteria specified herein), are invited to submit in writing an affirmative response to this announcement. An affirmative response must include references with contact names, email address, and phone numbers. These references are to be for contracts similar in scope as the contract under consideration. This information will be evaluated and used to determine if competitive opportunities exist. Affirmative responses must also include supporting information showing the firm can meet all requirements set forth in this announcement. Interested 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 Nov 6, 2018 at 3:00pm MST via e-mail to: ccorney@usgs.gov. This is NOT a Request for Quotation (RFQ), 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 (Fedbizopps.gov) website and no paper copies will be provided. This Sources Sought Notice is being published for the purpose of conducting Market Research to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. This is not a solicitation. All costs associated with providing information, as requested by this Sources Sought Notice, shall be the responsibility of the submitter. Submission is voluntary. This requirement is for: An annual preventative maintenance and service contract is required to maintain and repair the mission critical Oxford AZtec micsF+/x-stream2//X-Max50//Nordlys system. Included in the contract are most of the necessary parts and labor to effectively diagnose, repair, and replace essential operating components of the equipment, software updates, and one preventative maintenance service. Capabilities required: 1.The service agreement covers the entire Oxford Instruments AZtec micsF+/x-stream2//X-Max50//Nordlys system and provides for priority telephone support and response within one business day, labor, genuine spare parts, travel related expenses, and software updates. 2.Oxford Instruments approved staff shall diagnose problems and provide and install replacement parts to restore the system to factory specifications. Shipping expenses for parts delivery and return is at the vendors cost. Vendor is responsible for removing parts from USGS facility and shipping to vendor. 3.The vendor will perform one preventative maintenance (PM) and calibration to factory specifications per year. This visit will occur in the last three months of the performance period. When possible, the PM visit can coincide with a maintenance visit. 4.The vendor will provide software updates that provide bug fixes and/or safety related improvements. 5.Should the detector fail, the vendor shall ship a detector that meets the specifications of the originally purchased detector or repair the detector. Exchange or repair will be based upon availability of detector stock but will be less than 4 weeks. The vendor will send a service engineer to the site as soon as possible, within 4 weeks of detector failure, to de-install the faulty detector and re-install the replacement. If offsite repairs and testing are longer than four weeks, vendor will provide a loaner detector for the duration of the repair and reinstallation. 6.The vendor shall verify performance after exchanging the detectors. The vendor service engineer shall pack the faulty detector and return to the vendor. Vendor shall pay for all shipping costs. Interested firms who feel that they can provide the analysis (based upon the criteria specified herein), are invited to submit in writing an affirmative response to this announcement. An affirmative response must include references with contact names, email address, and phone numbers. These references are to be for contracts similar in scope as the contract under consideration. This information will be evaluated and used to determine if competitive opportunities exist. Affirmative responses must also include supporting information showing the firm can meet all requirements set forth in this announcement. Interested 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 Nov 6, 2018 at 3:00pm MST via e-mail to: ccorney@usgs.gov. This is NOT a Request for Quotation (RFQ), 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 (Fedbizopps.gov) website and no paper copies will be provided.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/140G0219R0001/listing.html)
 
Record
SN05136725-W 20181031/181029230440-6f00f32655d54f331c2ce7f2766f0a84 (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.