Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 27, 2024 SAM #8370
SOURCES SOUGHT

J -- Flex Choice Service Contract

Notice Date
10/25/2024 12:05:50 PM
 
Notice Type
Sources Sought
 
NAICS
811210 —
 
Contracting Office
USDA ARS NEA AAO ACQ/PER PROP BELTSVILLE MD 20705 USA
 
ZIP Code
20705
 
Solicitation Number
1142036-SS
 
Response Due
11/7/2024 9:00:00 AM
 
Archive Date
11/22/2024
 
Point of Contact
Elizabeth Wilson
 
E-Mail Address
elizabeth.wilson2@usda.gov
(elizabeth.wilson2@usda.gov)
 
Description
Sources Sought Notice Monitoring Ingredient Levels and Performance Quality of Dietary Supplements Sources Sought #1142036-SS This is a Sources Sought notice Only.� This is NOT a solicitation for proposals, proposal abstracts, or quotations. �This Sources Sought is issued for information and planning purposes only as part of USDA ARS market research and does not itself constitute an RFQ. General Information The service coverage requested must provide one scheduled Preventative Maintenance (PM) visit per year, an unlimited number of �high priority� corrective maintenance visits and high priority online or phone support. Preventative Maintenance (PM): The PM, must be carried out by a service engineer, trained by Waters, who replaces all parts subject to wear as defined in the product specific PM checklist (see below). All parts are guaranteed to be genuine Waters parts and are included in a comprehensive PM parts list (see below). The performance maintenance visit enhances both the reliability and performance of the system. Solvent Management and Pumps: � Plunger Replacement������������������������������������������������ (plunger replacement kit) � Plunger Seal replacement���������������������������������������� (plunger seal replacement kit) � Check Valve Replacement��������������������������������������� (check valve replacement kit) � Solvent filter replacement��������������������������������������� (solvent filter replacement kit) � Draw off and reference valve rebuild������������������ (draw off/reference valve rebuild kit) Sample management systems: � Seal pack and needle replacement���������������������� (needle & seal replacement kit) � Fluidpack assembly replacement�������������������������� (replacement Fluidpack assembly) � Fluidpack syringe replacement������������������������������ (replacement fluidpack syring) � Manual injector rebuild�������������������������������������������� (injector rebuild kit) UV/Vis Detectors: � Source lamp replacement���������������������������������������� (Source lamp replacement kit) � Lens and window replacement������������������������������ (flow cell replacement kit) Software, Firmware and Network: � Install software updates/bug fixes��������������������������������������� (as needed) � Check and update firmware to be compatible����������������� (as needed)�� Corrective Maintenance (CM): All corrective maintenance must be carried out by a field service engineer trained on the subject system by Waters at the customer�s site.� All replacement parts utilized for the repair must be guaranteed to be genuine Waters parts. All corrective maintenance repairs must be given the highest priority resulting in the shortest possible wait times. Service suppliers must have a sufficient number of trained service providers in the central NY area to ensure rapid response times and demonstrate a proven history of rapid response, i.e., 75% of the time they need to be on site within business 48 hours of the initial service request. Online or phone support: High priority service support must be available online and by phone during normal business hours (EST/EDT) for aid in trouble shooting, diagnosis and repairs. All online service engineers must be trained by Waters on the subject instrument. In this case an Acquity H-Class system equipped as described in the attached documentation. This Sources Sought is only for the purpose of identifying potential sources as part of USDA ARS market research. The Government does not intend to make an award based on responses to this inquiry. This notice does not constitute a commitment by the Government. Responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible.�� The purpose of this notice is to obtain information regarding the availability and capability of qualified sources including any Small Businesses; HUBZone small business; service-disabled, veteran-owned small business; 8(a) small business; veteran-owned small business; woman-owned small business; or small disadvantaged businesses. Please state if you are a large business or a small business according to the NAICS code listed in this Sources Sought. All information submitted in response to this announcement is voluntary, and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Any organization responding to this notice should ensure that its response defines how it can specifically meet the specifications for the items requested.� Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted.� After reviewing the responses received, a Combined Synopsis solicitation notice may be published on Sam.gov. Submit ALL the Following in order to be a valid response to this Sources Sought Notice: Capability Statement and/or product descriptions that demonstrate your ability to meet all of the specific requirements, including Company Contact Info. SAM.gov UEI Number. Identify if you are a Large business or a Small business with NACIS 811210. Original Point of Contact: All responses to this Sources Sought Notice must be received by November 7, 2024, by 2:00 PM PDT, the specified due date and time to be considered and must include all items requested above.� Email responses to Elizabeth Wilson at Elizabeth.Wilson2@usda.gov. Responses will not be returned. Responders are solely responsible for all expenses associated with responding to this Inquiry. Do not submit pricing information in response to this Request. �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/21d6a598571f42dda092935776710af5/view)
 
Place of Performance
Address: Ithaca, NY 14853, USA
Zip Code: 14853
Country: USA
 
Record
SN07249786-F 20241027/241025230101 (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.