Federal Bid

Last Updated on 21 Nov 2018 at 9 AM
Sources Sought
Location Unknown

OXFORD AZTEC EDS SERVICE CONTRACT

Solicitation ID 140G0219R0001
Posted Date 29 Oct 2018 at 8 PM
Archive Date 21 Nov 2018 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Ofc Of Acqusition Grants-National
Agency Department Of Interior The
Location United states
This Sources Sought Notice is being published for the purpose of conducting Market Research to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. This is not a solicitation. All costs associated with providing information, as requested by this Sources Sought Notice, shall be the responsibility of the submitter. Submission is voluntary. This requirement is for: An annual preventative maintenance and service contract is required to maintain and repair the mission critical Oxford AZtec micsF+/x-stream2//X-Max50//Nordlys system. Included in the contract are most of the necessary parts and labor to effectively diagnose, repair, and replace essential operating components of the equipment, software updates, and one preventative maintenance service. Capabilities required: 1. The service agreement covers the entire Oxford Instruments AZtec micsF+/x-stream2//X-Max50//Nordlys system and provides for priority telephone support and response within one business day, labor, genuine spare parts, travel related expenses, and software updates. 2. Oxford Instruments approved staff shall diagnose problems and provide and install replacement parts to restore the system to factory specifications. Shipping expenses for parts delivery and return is at the vendors cost. Vendor is responsible for removing parts from USGS facility and shipping to vendor. 3. The vendor will perform one preventative maintenance (PM) and calibration to factory specifications per year. This visit will occur in the last three months of the performance period. When possible, the PM visit can coincide with a maintenance visit. 4. The vendor will provide software updates that provide bug fixes and/or safety related improvements. 5. Should the detector fail, the vendor shall ship a detector that meets the specifications of the originally purchased detector or repair the detector. Exchange or repair will be based upon availability of detector stock but will be less than 4 weeks. The vendor will send a service engineer to the site as soon as possible, within 4 weeks of detector failure, to de-install the faulty detector and re-install the replacement. If offsite repairs and testing are longer than four weeks, vendor will provide a loaner detector for the duration of the repair and reinstallation. 6. The vendor shall verify performance after exchanging the detectors. The vendor service engineer shall pack the faulty detector and return to the vendor. Vendor shall pay for all shipping costs. Interested firms who feel that they can provide the analysis (based upon the criteria specified herein), are invited to submit in writing an affirmative response to this announcement. An affirmative response must include references with contact names, email address, and phone numbers. These references are to be for contracts similar in scope as the contract under consideration. This information will be evaluated and used to determine if competitive opportunities exist. Affirmative responses must also include supporting information showing the firm can meet all requirements set forth in this announcement. Interested 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. 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. All responses must be submitted NLT Nov 6, 2018 at 3:00pm MST via e-mail to: [email protected]. This is NOT a Request for Quotation (RFQ), 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 (Fedbizopps.gov) website and no paper copies will be provided. This Sources Sought Notice is being published for the purpose of conducting Market Research to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. This is not a solicitation. All costs associated with providing information, as requested by this Sources Sought Notice, shall be the responsibility of the submitter. Submission is voluntary. This requirement is for: An annual preventative maintenance and service contract is required to maintain and repair the mission critical Oxford AZtec micsF+/x-stream2//X-Max50//Nordlys system. Included in the contract are most of the necessary parts and labor to effectively diagnose, repair, and replace essential operating components of the equipment, software updates, and one preventative maintenance service. Capabilities required: 1. The service agreement covers the entire Oxford Instruments AZtec micsF+/x-stream2//X-Max50//Nordlys system and provides for priority telephone support and response within one business day, labor, genuine spare parts, travel related expenses, and software updates. 2. Oxford Instruments approved staff shall diagnose problems and provide and install replacement parts to restore the system to factory specifications. Shipping expenses for parts delivery and return is at the vendors cost. Vendor is responsible for removing parts from USGS facility and shipping to vendor. 3. The vendor will perform one preventative maintenance (PM) and calibration to factory specifications per year. This visit will occur in the last three months of the performance period. When possible, the PM visit can coincide with a maintenance visit. 4. The vendor will provide software updates that provide bug fixes and/or safety related improvements. 5. Should the detector fail, the vendor shall ship a detector that meets the specifications of the originally purchased detector or repair the detector. Exchange or repair will be based upon availability of detector stock but will be less than 4 weeks. The vendor will send a service engineer to the site as soon as possible, within 4 weeks of detector failure, to de-install the faulty detector and re-install the replacement. If offsite repairs and testing are longer than four weeks, vendor will provide a loaner detector for the duration of the repair and reinstallation. 6. The vendor shall verify performance after exchanging the detectors. The vendor service engineer shall pack the faulty detector and return to the vendor. Vendor shall pay for all shipping costs. Interested firms who feel that they can provide the analysis (based upon the criteria specified herein), are invited to submit in writing an affirmative response to this announcement. An affirmative response must include references with contact names, email address, and phone numbers. These references are to be for contracts similar in scope as the contract under consideration. This information will be evaluated and used to determine if competitive opportunities exist. Affirmative responses must also include supporting information showing the firm can meet all requirements set forth in this announcement. Interested 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. 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. All responses must be submitted NLT Nov 6, 2018 at 3:00pm MST via e-mail to: [email protected]. This is NOT a Request for Quotation (RFQ), 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 (Fedbizopps.gov) website and no paper copies will be provided.
Bid Protests Not Available