Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 11, 2020 SAM #6677
SPECIAL NOTICE

99 -- Agilent HPLC Service Contract

Notice Date
3/9/2020 12:54:09 PM
 
Notice Type
Special Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
W2R2 USA ENGR R AND D CTR VICKSBURG MS 39180-6199 USA
 
ZIP Code
39180-6199
 
Solicitation Number
W912HZ-20-P-W81EWF93478924
 
Response Due
3/11/2020 12:00:00 PM
 
Archive Date
03/26/2020
 
Point of Contact
Andrea D. Knowles, Phone: 7034286519, Chelsea Whitten, Phone: 6016344679
 
E-Mail Address
Andrea.D.Knowles@usace.army.mil, Chelsea.M.Whitten@usace.army.mil
(Andrea.D.Knowles@usace.army.mil, Chelsea.M.Whitten@usace.army.mil)
 
Description
The US Army Engineer Research and Development Center (ERDC), Environmental Laboratory (EL), Environmental Processes Branch (EP-P) relies on the Agilent High Performance Liquid Chromatography (HPLC) system to characterize solutions and trace contaminants through environmentally representative systems. These accurate analyses are critical for timely execution of Military Direct projects. This is a follow on contract action for work that was performed under contract W912HZ-15-P-0068 with AGILENT TECHNOLOGIES, INC. The objective of this service agreement is to enable continued use and operation of the Agilent HPLC manufactured by Agilent Technologies.� A service maintenance agreement for the current Agilent HPLC system will accomplish this goal. The minimum needs for this service contract are one preventative maintenance visit during the 12 month contract, unlimited number of demand on-site visits, inclusion of engineer labor and travel, factory certified original equipment manufacturer (OEM) replacement parts, consumable supplies needed for routine preventive maintenance, and update notifications. All repairs must be must be provided by a manufacturer certified service technician. The repair response time shall be within five working days. All repairs shall be provided by a manufacturer certified service technician. All repair and replacement parts shall be original equipment manufacturer (OEM) repair/replacement parts.� Any exceptions to use of OEM replacement parts must be authorized on a case by case basis by the Contracting Officer or designated representative.� Routine maintenance services shall be provided on an annual basis.� Repair response time shall be within five (5) working days.� If the equipment cannot be repaired within 10 working days, the contractor shall notify the COR and a temporary replacement of the same or newer model shall be made available for use while equipment is under repair.� The temporary replacement equipment shall be delivered within five (5) working days upon identification of long term equipment repair.� The service contract should include any shipping costs incurred for repair or replacement. After repair is complete, the contractor shall remove all trash, debris, or surplus materials from the work site and leave the work site clean. The technical point of contact (POC) will contact the vendor at any time during the 12 month duration of the contracting period if the HPLC becomes inoperable and also will schedule one preventative maintenance visit during the contract duration.� The service contractor shall successfully integrate and coordinate all activity needed to execute the service contract agreement.� The contractor shall manage the timeliness, completeness, and quality of problem identification. The associated North American Industry Classification System (NAICS) code is 334516 � Analytical Laboratory Instrument Manufacturing was determined to best represent this requirement. The small business size standard is 1,000 employees. This Notice of Intent is not a request for competitive quotations; however interested parties may identify their interest and capability to respond to this requirement. Any interested party that believes they can fulfill this requirement should submit a capability statement to be reviewed. All submissions will be considered, however there is no guarantee that submissions in response to this notice will in any way alter the Government's acquisition strategy. Please provide responses to this notice NLT 3:00 PM EST, 11 MARCH 2020 to: Andrea.D.Knowles@usace.army.mil Telephone responses will not be accepted. Responses to this notice will not be considered as a response to any solicitation, a request to be added to a prospective offerors list, or to receive a copy of any solicitation. A determination by the Government not to compete the contract based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Note: In order to be eligible for award of a Government contract, vendors must be actively registered in the System for Award Management (SAM), have no active exclusions, and complete the FAR and DFARS representations and certifications.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9debf41bff564c74885a2b987063e3c6/view)
 
Place of Performance
Address: Vicksburg, MS, USA
Country: USA
 
Record
SN05582974-F 20200311/200309230153 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.