Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 06, 2004 FBO #0831
SOLICITATION NOTICE

J -- Preventive Maintenance Inspection per year and emergency repairs on an unlimited basis.

Notice Date
3/4/2004
 
Notice Type
Solicitation Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
 
ZIP Code
21702-5014
 
Solicitation Number
W81XWH-04-T-0251
 
Response Due
3/10/2004
 
Archive Date
5/9/2004
 
Point of Contact
Shelley Marken, 301-619-2268
 
E-Mail Address
Email your questions to US Army Medical Research Acquisition Activity
(shelley.marken@amedd.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Required Services: The contractor shall provide all parts, labor and perform one- (1) preventive maintenance in accordance with the latest manufacture specifications on the following govt-owned equipment: Mass Spectrometer Detector, S/N#02692, Mdl S aturn 2000; Gas Chromatograph, S/N# 23388, Mdl STAR3400CX, and a Auto Sampler, S/N 09177, Mdl 8200CX. The contractor shall provide all parts, labor, shipping charges, unscheduled repairs and emergency repair services in accordance with the latest manufact ure specifications for the govt-owned equipment listed. A technically qualified and factory trained individual shall perform the service. All assigned personnel will have documented records of customer/field service. Preventive Maintenance Services shall consists of a through cleaning, alignment, focusing, calibration and adjustment of the unit covered by this agreement, in accordance with the manufacture??????s latest established service procedures. The Contractor shall repair or replace any defective r eplacement parts on-site at the government??????s facilities. All repaired or replaced parts shall be warranted and service if required for the duration of the original Service Contract agreement period. The Contractor shall only provide replacement part s from the original manufacturer of the equipment under Service. The use of third party replacement parts will invalidate this Service Contract. The Contract will have (in possession at the time of service) all of the latest original equipment manufactur er??????s service guidelines. These guidelines will be available for the inspection by the end user. All replacement parts to include (exclusive of consumable items) required restoring the equipment to normal operating conditions. All equipment shall be o perationally tested through at least one complete cycle at the end of the required maintenance inspection /repair to assure optimum and efficient performance. The equipment will be tested in all modes of operation and at the end of the verification, the Co ntractor will provide a signed hard copy of the service ticket as proof of performance. The produced data will meet original equipment and manufacturer specifications, as defined at the original installation. Other Terms and Conditions: Emergency service calls shall be made on an unlimited basis at no additional cost to the Government on the equipment listed in. Upon receipt of notification that the unit is not functioning properly the Contractor shall provide a two- (2) hour call back service. All call back personnel shall be technically qualified individuals capable of providing the end user with diagnostic services. A reasonable effort shall be made to solve the problem by phone. Within seventy-two (72) c ontinuous hours of notification except on weekends and government holidays, the contractor shall furnish a qualified factory trained service representative (on-site) to verify the problem and perform all necessary repairs and adjustments necessary to resto re the unit to normal and efficient operating conditions. The Contractor at no additional cost to the Government will furnish all replacement parts including labor, travel/zone charges associated with required service maintenance. All parts shall be stoc ked locally by the Contractor or be available to the contractor by the next business day. If the Contractor determines that additional parts or resources are required, service shall resume as soon as the parts or resources are available. Service Exclusio ns: The Contractor shall not be responsible for any parts or replacement parts necessary as a result of neglect by government employees (such as improper installations, applications, alterations) or factors external to the equipment (such as deficiencies i n air conditioning or electrical power). 4. Required Services: a. The contractor shall provide all parts, labor and perform one- (1) preventive maintenance in accordance with the latest manufacture specifications for the equipment listed under section three. The contractor shall provide all parts, labor, shipping charges, unscheduled repairs and emergency repair services in accordance with the latest manufacture specifications for the equipment liste d under section three (3). b. A technically qualified and factory trained individual shall perform the service. All assigned personnel will have documented records of customer/field service. c. Preventive Maintenance Services shall consists of a through cleaning, alignment, focusing, calibration and adjustment of the unit covered by this agreement, in accordance with the manufacture??????s latest established service procedures. The Contractor shall repair or replace any defective replacement parts on-site at the government??????s facilities. All repaired or replaced parts shall be warranted and service if required for the duration of the original Service Contract agreement period. The Contra ctor shall only provide replacement parts from the original manufacturer of the equipment under Service. The use of third party replacement parts will invalidate this Service Contract. d. The Contract will have (in possession at the time of service) all of the latest original equipment manufacturer??????s service guidelines. These guidelines will be available for the inspection by the end user. e. All replacement parts to include (exclusive of consumable items) required restoring the equipment to normal operating conditions. f. All equipment shall be operationally tested through at least one complete cycle at the end of the required maintenance inspection /repair to assure optimum and efficient performance. g. The equipment will be tested in all modes of operation and at the end of the verification, the Contractor will provide a signed hard copy of the service ticket as proof of performance. The produced data will meet original equipment and manufacturer spe cifications, as defined at the original installation. 5. Other Terms and Conditions: a. Emergency service calls shall be made on an unlimited basis at no additional cost to the Government on the equipment listed in section three (3). b. Upon receipt of notification that the unit is not functioning properly the Contractor shall provide a two- (2) hour call back service. All call back personnel shall be technically qualified individuals capable of providing the end user with diagnostic services. A reasonable effort shall be made to solve the problem by phone. c. Within seventy-two (72) continuous hours of notification except on weekends and government holidays, the contractor shall furnish a qualified factory trained service representative (on-site) to verify the problem and perform all necessary repairs and a djustments necessary to restore the unit to normal and efficient operating conditions. d. The Contractor at no additional cost to the Government will furnish all replacement parts including labor, travel/zone charges associated with required service maintenance. e. All parts shall be stocked locally by the Contractor or be available to the contractor by the next business day. f. If the Contractor determines that additional parts or resources are required, service shall resume as soon as the parts or resources are available. 6. Request for Service: a. Request for service shall be made by the Contractor Officer??????s Representative (COR), Chief, Bio-Medical Maintenance Branch, Mr. George E. Williams (202) 782-2344 and Dr. Kathy Kalasinsky (301) 319-0100, Division of Forensic Toxicology, AFIP. The co ntractor??????s service personnel shall also contact Dr. Kalasinsky to obtain building access. These individual are not authorized to request any service that is not specifically sited, to change the term and conditions of the contract; to request ??????e xtras?????? of any kind, or to in any way commit the government to any additional expenditures of any kind. Service Exclusions: The Contrac tor shall not be responsible for any parts or replacement parts necessary as a result of neglect by government employees (such as improper installations, applications, alterations) or factors external to the equipment (such as deficiencies in air condition ing or electrical power). Repairs necessitated by abuse, neglect, vandalism or acts of GOD shall be subject of separate purchase orders and shall not be performed under this order. From date of award, this award will be a base year and four (4) option per iods unless terminated sooner under the terms of the contract. ALL REQUEST FOR A COPY OF THE SOLICITATION MUST BE OBTAINED BY GOING THRU SRWEB AND ALL RESPONSES MUST BE SUBMIT THRU SRWEB. Go to www.usamraa.army.mil. Located on the far right side of the ho mepage you will see SRWEB. All questions must be by e-mail and should be sent to shelley.marken@amedd.army.mil. ALL QUESTIONS MUST BE RECEIVED BY NO LATER THAN 12 NOON ON 10 MARCH 2004.
 
Place of Performance
Address: Armed Forces Institute of Pathology Annex 1413 Research Blvd., Bldg 102, Rm 2134 Rockville MD
Zip Code: 20850
Country: US
 
Record
SN00536758-W 20040306/040304223106 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.