Preventative Maintenance for Agilent Technologies HPLCs and GCs with associated detectors

Agency: AGRICULTURE, DEPARTMENT OF
State: Colorado
Type of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Posted: Mar 27, 2024
Due: Apr 10, 2024
Solicitation No: WS1123727
Publication URL: To access bid details, please log in.
Follow
Preventative Maintenance for Agilent Technologies HPLCs and GCs with associated detectors
Active
Contract Opportunity
Notice ID
WS1123727
Related Notice
Department/Ind. Agency
AGRICULTURE, DEPARTMENT OF
Sub-tier
ANIMAL AND PLANT HEALTH INSPECTION SERVICE
Office
MRPBS MINNEAPOLIS MN
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Mar 27, 2024 12:31 pm MDT
  • Original Response Date: Apr 10, 2024 04:00 pm MDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 30, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J066 - MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT
  • NAICS Code:
  • Place of Performance:
    Fort Collins , CO 80521
    USA
Description

This Notice of Intent is not a request for competitive proposals. No solicitation documents are available



The United States Department of Agriculture (USDA)/Animal Plant Health Inspection Service (APHIS)/ National Wildlife Research Center, in Fort Collins, CO intends to award a sole source, five-year Blanket Purchase Agreement against GSA Contract GS-07F-0564X to Agilent Technologies, Inc. / SAM UEI: SD9JZ9S7MEA6 CAGE Code: 0YSC6, to provide service and preventative maintenance for the facilities’ Agilent Technologies High Pressure Liquid Chromatography (HPLCs) and Gas Chromatography (GCs) with associated detectors. The total estimated dollar value is $ 593,799.25 for a period of five years from 06/01/2024 – 05/31/2029





Agilent will provide on-site repair within 3 business days of a services request.



They will provide factory recommended software and firmware updates/upgrades, engineering upgrades and maintenance procedures for all instrumentation and software.



The software will include Open Lab, Masshunter, and Mass Profiler software packages. Agilent will use only OEM and not third party or remanufactured parts. There is no upper limit on the cost for any repair and no further authorization from management is needed to complete a repair request.





Agilent is also offering a Remote Advisor option on some models. This allows on-line tracking of problems and faster diagnosis and responses for repairs.





Remote Advisor supported instruments include:





• Agilent LC models: 1100 and 1200 Infinity Series



• Agilent GC models: 6850, 7820A, 7890 Series



• Agilent LCMS models: single quad 1946, Q-TOF 6140 Series, triple quad 6400 Series



• Agilent GCMS models: 5973-5977A Series



• Waters LC models: Alliance and Acquity





Remote Advisor is a real-time support and reporting tool that works on Agilent and non-Agilent systems regardless of the controlling software or chromatography data system in use.





Assist: Virtually eliminates trial and error troubleshooting to quickly resolve problems





Reports: Monitor and optimize equipment utilization and effectiveness





Alerts: Prevent downtime and reduce sample re-work with real-time alerts





Agilent is also offering module replacements at no charge for any modules or instruments which cannot be repaired. The USDA/WS Facility in Ft. Collins, CO will be able to ship broken modules to them and they will replace it with the same module free of charge.





Base Year Cost and Option Year Cost = $118,755.85 (quote obtained from service provider)





The authority and supporting rational (see 8.405-6(a)(1)(i) (B) Only one source is capable of providing the supplies or services required at the level of quality required because the supplies or services are unique or highly specialized and a demonstration of the proposed contractor's unique qualifications to provide the required supply or service.




  • To our knowledge the property or services needed are available from only one responsible qualified source at this time and no other type of property or services will satisfy these needs.






  • As the company which manufactures these instrument, Agilent Technologies is the only company that can provide the software and firmware updates and proprietary factory recommended upgrades and service notes needed.






  • Only factory certified engineers with access to ongoing factory updates are to be used; proof of training records beyond basic operator training is required. Any training or updated training must be recent (within 1-2 years) and cover all modules of a system.






  • Agilent does not authorize any other companies to provide services on Agilent Instrumentation. They do not have current manufacturer’s certified service training on software, hardware, or firmware used in the operation of the instruments.





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 to the Contract Specialist listed on this notice by 4:00pm. Mountain Time (MT) on or before 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 811310 Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance, and the Small business size standard is $ 12.5Mil.



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 (via email only) to: Carol.Dingess@.usda.gov.




Attachments/Links
Contact Information
Contracting Office Address
  • 250 MARQUETTE AVENUE SUITE 410
  • MINNEAPOLIS , MN 55401
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 27, 2024 12:31 pm MDTSpecial Notice (Original)
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

...Follow Resilient Surveillance Mission Cooling Water Supply Active Contract Opportunity Notice ID... Classification ...

DEPT OF DEFENSE

Bid Due: 5/15/2024

...- CONSTRUCTION OF WATER SUPPLY FACILITIES NAICS Code: 237110 - Water and Sewer ...

INTERIOR, DEPARTMENT OF THE

Bid Due: 5/06/2024

...Original Set Aside: Product Service Code: Y1NE - CONSTRUCTION OF WATER SUPPLY FACILITIES ...

Federal Agency

Bid Due: 5/06/2024

...Follow GAOA Crow Valley Olive Ridge Water System Active Contract Opportunity Notice ID... ...

AGRICULTURE, DEPARTMENT OF

Bid Due: 5/03/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.