PREVENTATIVE MAINTENANCE AND REPAIR SERVICES FOR THE INSTRUMENTATIONS

Agency: DEPT OF DEFENSE
State: Mississippi
Type of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Posted: Jan 14, 2023
Due: Jan 27, 2023
Solicitation No: W912HZ-23-R-0014
Publication URL: To access bid details, please log in.
Follow
PREVENTATIVE MAINTENANCE AND REPAIR SERVICES FOR THE INSTRUMENTATIONS
Active
Contract Opportunity
Notice ID
W912HZ-23-R-0014
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
OTHER DIVISION
Office
W2R2 USA ENGR R AND D CTR
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Jan 13, 2023 08:46 pm CST
  • Original Response Date: Jan 27, 2023 05:00 pm CST
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 01, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J066 - MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT
  • NAICS Code:
    • 811210 - Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance:
    Vicksburg , MS 39180
    USA
Description

This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. No award will be made as a result of this notice. The Government will NOT be responsible for any costs incurred by the respondents to this notice. This notice is strictly for research and information purposes only.



The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition; and (4) availability of domestic sources manufactured in the United States in sufficient and reasonably available commercial quantities and of a satisfactory quality.



Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice.



This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals or quotes.



General. The Contractor shall provide all skilled personnel, equipment, supplies, tools, materials, supervision, and other items necessary to perform this prescribed project as defined in this PWS to meet the performance requirements, except for those items specified as Government furnished property and services.



Equipment Maintenance. The Contractor shall provide on-site repair service and upgrades when required for the instrumentation in the EPC branch of the EL.



The Contractor shall repair and replace parts due to normal wear or other system malfunction.



The Contractor shall inspect, adjust, and install replacement parts for the equipment.



The Contractor shall provide unlimited on-site hardware troubleshooting and repair.



Contractor shall provide a toll-free telephone number for technical support (Help Desk), that is:




  1. Available during normal duty hours for the specified Government location.

  2. Remote attempts to correct an issue shall last no longer than 30 minutes.

  3. If resolution is not reached via remote means, an on-site technician shall respond to the customer location to repair the issue.

  4. General maintenance shall be performed on all instruments by the contractor. The general maintenance includes, but is not limited to:

    1. Fans – Clean, check for performance and replace parts as needed.

    2. Injection Inlet – Clean, replace injection liners, check for leaks and replace parts as needed.

    3. Source – Clean all parts of the source and perform general maintenance, replace any faulty parts.

    4. Housing – Clean and vacuum the inside of the instrument to remove any dust or buildup.

    5. Rough Pump – Change oil using manufacturer’s recommended quality and check seals for leaks, replace molecular sieves, and replace any parts needed.

    6. Diffusion or Turbo Pump – Where applicable change diffusion pump oil using manufacturer’s recommended quality and check seals for leaks, replace any parts needed.

    7. Oxygen Trap – Replace the sieves on instruments equipped with it.

    8. Filters – Change or clean all filters, as necessary.

    9. Auto Sampler – Clean the auto sampler trays and general housing, perform checks on motors, perform checks on belts, and replace any parts necessary.

    10. Maintain all attached peripherals, including but not limited to: autosamplers, peristaltics, injection towers, pumps, chillers, and control boxes, to keep the instruments in full working condition. Individual instruments:

      1. μECD and ECD: Verify signal from detectors are within specs. If not, replace the detectors.

      2. NPD: Verify bead voltage is within specs. If not, replace the beads and/or detectors.

      3. MS: Verify voltages/signal are within specs. If not replace the detector and/or clean the source.

      4. HPLC: Verify lamps are within specs. If not, replace the lamps.







Requirements for completion of all PM and service visits:




  • The instruments must be fully operational to a minimum of manufacturer’s specifications. Instrument must be kept at the same or better operational condition during contract performance as operating at the beginning of the contract period.

  • One midpoint standard will be analyzed by Government Personnel or Representative to verify the instrument is in full working condition.



Capability statement /information sought.



Companies that believe they possess the capabilities to provide the required products should submit documentation of their ability to meet each of the project requirements to the Contracting Officer. The capability statement must specifically address each of the project requirements separately. Additionally, the capability statement should include 1) the total number of employees, 2) the professional qualifications of personnel as it relates to the requirements outlined, 3) any contractor GSA Schedule contracts and/or other government-wide acquisition contracts (GWACs) by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program. Capability statements must also include the Company Name, Unique Entity ID from SAM.gov, Physical Address, and Point of Contact Information. The response must include the respondents’ technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses.



Interested companies are required to identify their type of business, applicable North American Industry Classification System (NAICS) Code, and size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference use "Sources Sought W912HZ- 23-R-0014 on the reference line of the email . All responses to this notice must be submitted electronically to the Contract Specialist Facsimile responses are NOT accepted. The response must be submitted to Sonia Boyd, Contract Specialist, at e-mail address Sonia.j.boyd@usace.army.mil. The response must be received on or before January 27, 2023 at 5:00PM Central Standard Time.



The information submitted must be in and outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein. A cover page and an executive summary may be included but is not required.



The response is limited to ten (10) page limit. The 10-page limit does not include the cover page, executive summary, or references, if requested.



Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization’s qualifications to perform the work. 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 a review of the responses received, a presolicitation synopsis and solicitation may be published in www.sam.gov. However, responses to this notice will not be considered adequate responses to a solicitation. ​​​​​​​Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response.








Attachments/Links
Contact Information
Contracting Office Address
  • ERDC CONTRACTING OFC 3909 HALLS FERRY ROAD
  • VICKSBURG , MS 39180-6199
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jan 13, 2023 08:46 pm CSTSources Sought (Original)

Related Document

Jan 27, 2023[Sources Sought (Updated)] PREVENTATIVE MAINTENANCE AND REPAIR SERVICES FOR THE INSTRUMENTATIONS
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 M/V Jadwin Straight Universal Couplings and Pipeline Quick Connects Active Contract Opportunity

Federal Agency

Bid Due: 11/13/2024

Follow USPSC Unit Lead for Civil-Military Disaster Operations Division (CMD) Active Contract Opportunity

Federal Agency

Bid Due: 11/11/2024

Procurement Details Smart Number 10780-20240326080744 LRWA Rehab Advertised Date 03/27/2024 12:00 AM RFx

State Government of Mississippi

Bid Due: 5/01/2024

Procurement Details Smart Number 10780-20240326090531 NJDWA Const Advertised Date 03/27/2024 12:00 AM RFx

State Government of Mississippi

Bid Due: 5/02/2024

* 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.