J--METROHM INSTRUMENT MAINTENANCE
THIS IS A SOURCES SOUGHT NOTICE ONLY. NO FORMAL SOLICITATION IS BEING REQUESTED UNDER THIS NOTICE. This Sources Sought Notice is for market research purposes to identify interested firms for the poten... THIS IS A SOURCES SOUGHT NOTICE ONLY. NO FORMAL SOLICITATION IS BEING REQUESTED UNDER THIS NOTICE. This Sources Sought Notice is for market research purposes to identify interested firms for the potential requirement detailed below. The North American Industry Classification System (NAICS) code is 811210 (Electronic and Precision Equipment Repair and Maintenance) and the size standard is $32.0 Million. The Government will review the information requested in this announcement to determine the type of set-aside (if any) for this requirement, should it come to fruition. NOTE: The full scope of work will be provided with any solicitation that may be issued. The Government is not required to issue a solicitation. A. Introduction: The U.S. Geological Survey (USGS), National Water Quality Laboratory (NWQL), Denver, CO has a requirement for maintenance services for Metrohm Instrumentation. B. Background: The U.S. Geological Survey (USGS), National Water Quality Lab (NWQL) uses three Metrohm Ion Chromatographs, 881 Compact IC Pros with 858 Professional Sample Processors, for anion analyses (fluoride, chloride and sulfate) and one Metrohm 855 Robotic Titrosampler with an 856 Conductivity Module for analyzing pH and specific conductance. Timely and reliable instrument service and maintenance is critical to these analyses as these instruments analyze thousands of samples per year with hold times for these analyses of 28 days. Due to this workload, it is imperative that the instruments are maintained in optimum condition to prevent delay in sample analysis and the assurance of data quality. C. General Requirements: The NWQL is housed in Building 95 which is located on the Denver Federal Center (DFC), Lakewood, CO. The DFC is a secure facility and all visitors must show a picture identification in order to be admitted. All work will be performed between 8:00 am and 4:30 pm, Monday through Friday, except for Federal Holidays and other days specifically designated by the contracting officer unless other arrangements are agreed to by the Government. Visitors to building 95 are required to sign in and out. Equipment covered by this requirement shall be inspected by the Contractor¿s Service Engineer and shall be maintained to the original equipment manufacturer (OEM) specifications for operations and performance. D. Scope: 1. The Contractor shall provide full maintenance and software support along with travel for the Metrohm instruments listed in the ¿Equipment List¿ below. Maintenance services provided shall include all labor, testing equipment, travel expenses, parts and firmware and software revisions issued by the original equipment manufacturer (OEM). This requirement also includes providing and installing all required parts along with any necessary travel and associated expenses. 2. The Contractor shall diagnose equipment failure (including failure caused by OEM supplied software) and provide all labor, testing equipment, travel expenses, parts and firmware and software revisions required to maintain the equipment in accordance with OEM published operating capabilities. All software and hardware shall be free of malicious code. 3. Preventative maintenance shall be performed by the Contractor twice per year, and the Contractor shall provide all necessary parts, labor and travel expenses. Preventative maintenance shall be performed in accordance with the procedures and at the frequencies recommended by the OEM. Preventative maintenance shall be performed on-site, at the NWQL facilities. 4. All repairs (emergency and non-emergency) and preventative maintenance, provided by the Contractor, shall be performed by a certified, factory trained technician and be scheduled with the concurrence of the NWQL¿s Technical Representative or other authorized NWQL employee. If the technician is not factory trained, he/she shall be able to provide documentation of adequate training, which may include references from two other customers, and proof of at least one year of successful experience repairing the Metrohm equipment in this contract. The documentation shall be provided upon request from the NWQL¿s Technical Representative or other authorized NWQL employee. The Contractor shall have access to service manuals, bulletins, software upgrade and system upgrades. 5. On-site emergency repairs and remedial service shall be completed on-site, at the NWQL, within three (3) working days of verbal notification by the NWQL¿s Technical Representative, the contracting officer (CO), or an authorized NWQL chemist/technician. ¿Emergency repair¿ is defined as, ¿a system or component of a system that cannot carry out its intended function without repair¿. An emergency repair will be so specified, at the time of the service call, by the initiator of the service call, at the sole discretion of the initiator of the service call. 6. The Contractor shall initiate non-emergency on-site repairs as required within four (4) working days of verbal notification by the CO, NWQL¿s Technical Representative, or authorized NWQL personnel. ¿Non-emergency repair¿ is defined as, ¿a system or component of a system that requires repair or service but can presently operate or carry out its intended function without the repair or service¿. If the category of the repair is not specified by the initiator of the call, the repair shall be considered a ¿non-emergency repair¿. 7. If the repair requires replacement parts, the Contractor¿s Service Engineer shall procure and arrange to have the new OEM parts (where available) or an acceptable, certified part based on judgement of the USGS Technical Liaison or other authorized NWQL employee for the contract, on site within forty-eight (48) hours of the initial service visit. The NWQL¿s Technical Representative shall determine the acceptability of a non-OEM part. 8. The Contractor shall provide telephone troubleshooting support Monday through Friday 6:00 am-6:00 pm local time. E. Equipment List: MODEL NUMBER DESCRIPTION SERIAL # SYSTEM ID 881 Compact IC Ion chromatograph X006124 MIC1 881 Compact IC Ion chromatograph X122144 MIC2 881 Compact IC Ion chromatograph X122146 MIC3 858 Pro Sample processor x02870 MIC1 858 Pro Sample processor x03571 MIC2 858 Pro Sample processor x03574 MIC3 855 Robotic Titrosampler Sample processor 1855001004347 PCA 856 Conductivity Module Conductometer 1856001012267 PCA All business concerns who believe they can responsibly provide this type of service must submit the following information to the Contracting Officer: 1. Capability statement describing corporate expertise and technical qualifications in the work described above. 2. The firm shall specify that they are either a small business (8(a), HUBZone, SDVOSB, etc.) Or other than small business under the NAICS Code listed in the announcement. 3. The firm shall provide a point of contact name and e-mail information, and the firm¿s Cage Code, and SAM.gov UEI. All information submitted in response to this announcement is voluntary ¿ 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. Materials submitted to the Government for review will not be returned. Respondents will not be notified of the results of the evaluation. This is not a request for quotations. The Government does not intend to award a contract based on responses received under this announcement. In order to be responsive to this Notice, a firm must provide the appropriate documentation for consideration by March 20, 2023 at 2:30 p.m. (MST). Responses that do not comply with these procedures will not be considered. Inquiries will only be accepted by e-mail to Lisa Williams at ldwilliams@usgs.gov
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »