SOURCES SOUGHT
J -- J--GC-MS/MS Systems Maintenance Service
- Notice Date
- 4/29/2022 11:28:18 AM
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- OFC OF ACQUISITION GRANTS-DENVER DENVER CO 80225 USA
- ZIP Code
- 80225
- Solicitation Number
- DOIGFBO220046
- Response Due
- 5/20/2022 9:00:00 AM
- Point of Contact
- Suryaty, Irma, Phone: 303-236-9318
- E-Mail Address
-
isuryaty@usgs.gov
(isuryaty@usgs.gov)
- Description
- SOURCES SOUGHT: This is a SOURCES SOUGHT NOTICE. The U.S. Geological Survey (USGS) Water Mission Area (WMA), National Water Quality Laboratory (NWQL) is conducting a MARKET SURVEY to determine the interest and capability of any firm eligible to compete under NAICS code 334516 Analytical Laboratory Instrument Manufacturing for an anticipated upcoming maintenance service for gas chromatograph tandem mass spectrometer (GC-MS/MS) systems. Introduction and Background: The U.S. Geological Survey (USGS), Water Mission Area (WMA), National Water Quality Laboratory (NWQL), requires maintenance services for their gas chromatograph tandem mass spectrometer (GC-MS/MS) systems. This is a performance-based acquisition. Without these services, the NWQL would not be able to meet its mission requirement of processing and analyzing trace level analyses of water, soil, and tissue samples for local, regional, and national USGS projects. If the instrumentation is not maintained to manufacturer specifications it could lead to compromising data quality, a loss of data results, and the inability of the USGS Water Science Centers and participating cooperators to meet their mission objectives. Scope: This Statement of Work covers the requirements for full maintenance and software support for the tandem mass spectrometer and vacuum system components of a Waters Corporation �Quattro Micro GC� GC-MS/MS instrument owned by the National Water Quality Laboratory (NWQL), located on the Denver Federal Center, Building 95, Lakewood, CO. This requirement also allows for the addition and deletion of instrumentation from the service contract as required by the NWQL. Requirements: The contractor shall provide full maintenance and software support for the tandem mass spectrometer and vacuum system components of a Waters Corporation Quattro Micro GC gas chromatography/tandem mass spectrometry (GC-MS/MS) instrument and for the associated Waters Corporation MassLynx instrument control software and TargetLynx data processing software. Service for this instrument shall commence upon award of this Order and continue through all contract periods unless deleted by the Government. Technical Requirements: A. The Contractor shall diagnose equipment failure and provide all labor, testing equipment, travel expenses, parts and software revisions required to maintain the equipment in (OEM) published operating capabilities. B. Preventative maintenance shall be performed by the Contractor. All preventative maintenance shall be conducted at the U. S. Geological Survey, NWQL, Lakewood, CO. All preventative maintenance shall be conducted by a factory trained and authorized Contractor Service Engineer. Preventative maintenance (PM) calls shall be one call per year within each yearly contract period. The preventative maintenance call shall be requested by the Government. The Contractor shall work with the scheduling with the Contracting Officer�s Representative (COR) to schedule the PM visit within three (3) business days of the submitted service request. C. Software upgrades and revisions necessary for maintaining uninterrupted operation of the GCMS/MS system, specifically after any hardware or software changes essential to maximize efficient operation of Page 5 of 23 RFQ 140G0221Q0217 the mass spectrometer, will be provided. These provided software updates and revisions are included for Government owned stand-alone and instrumentation attached computers that use MassLynx acquisition and TargetLynx data analysis software applications. Updates and revisions will be installed by a factory trained and authorized Contractor Service Engineer after scheduling with the COR. D. Emergency repairs and remedial service shall be provided as required within three (3) business days (or by other mutually agreed upon time, if necessary) of a service request submission by the Contracting Officer or COR. E. The contractor shall provide non-emergency repairs as required within seven (7) business days (or by other mutually agreed upon time, if necessary) of a service request submission by the Contracting Officer or COR. F. When repair requires replacement parts, the Contractor Service Engineer shall arrange for such replacement parts to be on site within 24 hours unless not logistical feasible. All replacement parts will be OEM parts. No substitution parts shall be allowed, unless specifically authorized by the Contracting Officer or the COR at the time of the repair. G. The Contractor shall pay for shipment expenses of all replacement parts and return shipment expenses for all non-expendable replacement parts. All shipping expenses are the sole responsibility of the Contractor. H. Should the Contractor Service Engineer and the COR concur that a piece of equipment requires off-site repair, the Contractor shall pay for shipping expenses for delivery of the equipment to the repair site and return shipping expenses for return delivery of the equipment to the NWQL. All shipping expenses are the sole responsibility of the Contractor. I. The Government will provide the following consumable operating supplies: Capillary Columns Capillary Column Connectors Chemical Traps CDs EI, CI, and Direct Insertion Probe Sources Ferrules GC Inlet liners Paper Septa Solvents (those in common use within NWQL) Syringes Toner Cartridges Tuning Reagent J. The Contractor shall provide service reports to the COR within seven (7) days of completion of the service. K. The Contractor shall handle hazardous waste in accordance with NWQL processes, by discussing chemical use and disposal with the COR, and as needed with the NWQL�s Safety, Health and Environment Unit. All hazardous wastes generated as a consequence of services (i.e., used pump oil, cleaning solvents, tune mixes etc.) shall be disposed of by the NWQL. The Contractor shall provide a list of all hazardous waste generated on site to the COR to enable proper disposal. L. The Government reserves the right to delete individual pieces of equipment according to the following Page 6 of 23 RFQ 140G0221Q0217 procedures: Deleting Items: Maintenance service, along with any associated cost, for all deleted equipment shall end on the last day of the same calendar month in which the Contractor receives the unilateral modification deleting the instrument from the contract. NWQL Hours of Operation: All services provided hereunder shall be accomplished between business hours of 8:00 AM. and 5:00 PM, Monday � Friday (business days) local time. Contractor personnel shall be required to sign in upon entering and out upon departing Bldg. 95. The Contractor shall coordinate all visits with the COR and shall comply with all Denver Federal Center security protocols which will be provided upon award. Quality Assurance: Prior to leaving the NWQL, the Contractor Service Engineer shall test the instrument(s) to ensure that the instrument is performing in accordance with OEM specifications. NWQL personnel may perform their own tests to ensure the instrument is performing in accordance with OEM specifications and applicable NWQL methods. THIS IS NOT A SOLICITATION. ALL COSTS ASSOCIATED WITH PROVIDING INFORMATION AS REQUESTED BY THIS SOURCES SOUGHT NOTICE SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. Submission is voluntary. A scope of work will be provided with any solicitation that may be issued. The Government is not required to issue a solicitation. 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. All responses must be submitted NLT May 20, 2022, at 12:00 E.T via e-mail to: isuryaty@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. If a solicitation is released, in order to receive an award 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2afbf2387fcb4e0db84757dc892b7ed6/view)
- Record
- SN06313091-F 20220501/220429230101 (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 |