Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 10,1998 PSA#2134

U. S. Environmental Protection Agency, Contracts Management Division (MD-33), Attn: ORDSC, Research Triangle Park, NC 27711

J -- MAINTENANCE OF THE VC 70-VSEQ MASS SPECTROMETER AND THE FISONS ISOTOPE RATIO MASS SPECTROMETER SOL PR-NC-98-11934 POC Karen Z. Gibson, Contract Specialist (919)541-4556, Julio E. Lopez, Contracting Officer WEB: Click here for referenced clauses., http://www.epa.gov/oam/rtp_cmd. E-MAIL: Click here to contact the Contract Specialist via, gibson.karen@epamail.epa.gov. THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number is PR-NC-98-11934 and the solicitation is being issued as a Request for Proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-05. This contract will be awarded as a result of full and open competition and a firm-fixed-price contract is anticipated. This is a follow-on to contract 68-C5-0034 with Fisons Instruments, Inc. The Contractor shall provide preventative and remedial maintenance for the VG 70-VSEQ mass spectrometer and the Fisons Isotope Ratio mass spectrometer system. The VG 70-VSEQ mass spectrometer system is defined as the complete mass spectrometer system installed by VG Instruments (installation completed July 1990) and includes all integral parts (such as the gas cell, electronic controls, collision cell, cesium ion gun, oscilloscope, SIOS interface, photo multiplier, etc.) and all peripheral parts (such as the Hewlett-Packard 5890A gas chromatograph, thermospray LC/MS interface, and pumping system -- oil diffusion pump, turbo molecular pumps, and rotary pumps); and a computer data system (DEC Alpha 255, with color monitor (VRC21-WA) and tape drive (TLZ09-VA), installed in 1997) that controls the VG 70-VSEQ mass spectrometer. The Fisons Isotope Ratio (IRMS) mass spectrometer system is defined as the complete mass spectrometer system installed by Fisons Instruments (installation completed May 1994). This system consists of a Fisons Optima IRMS with the H/D collector option and a dual micro inlet system with the capability of measuring small CO2 and N2 samples; a Fisons MD 800 quadrupole mass spectrometer; a Fisons Isochron GC/IRMS interface for use with the Optima (which includes a Hewlett-Packard 5890 Series II gas chromatograph with HP 7673 autosampler and split/splitless injector, combustion and interface furnaces with temperature controllers, a water trap with temperature controller and a mounting table); a Fisons NA 1500 NC elemental analyzer with interface for use with Optima (which includes a 50-position autosampler); and a computer data system (which consists of Dell Netplex 433/p and Dell Netplex 466/p microcomputers. The Contractor shall provide prompt on-site service, automatic software upgrades, and unlimited telephone technical support for the covered equipment. The following specific terms apply: (1) Maximum 120-hour response time (between time of contact with vendor and arrival of contractor service representative at site of instrument if deemed appropriate) for service. (2) Remedial service for all interfaces. (3) All parts for repair of mass spectrometers and interfaces, except the following parts that are considered to be consumable items: Filaments, ion gauge filaments, electron multipliers, source heaters, GC columns, source components and ceramics, sample tubes, FAB targets, FD emitters, glass jets, source/collector slits, printer paper and ribbon, disc packs, and tape cartridges. These items will be purchased by the government. (4) All travel, lodging, transportation, and other costs related to provision of maintenance/repair services shall be provided at no additional charge to the Government. (5) All replacement parts and components shall be new at time of installation. (6) The Contractor must have unrestricted access to its own supply of replacement parts, and these parts must be available within five (5) full days. (7) If refurbishment of components or parts is required, and if such refurbishment will take longer than five (5) full days, the contractor shall provide loaner equipment at no additional cost to the Government for use until the refurbished equipment is returned. (8) Primary contractor service engineer designated to service the mass spectrometers must have had factory training (by the manufacturer) and a minimum of two years experience in the field. Also, the field experience must be current (within the last two years). Finally, the designated contractor service engineer must have established experience servicing the type of equipment described in this contract. However, the experience does not have to be limited only to this type of equipment. (9) Preventative maintenance twice a year for the mass spectrometers and pumping systems. Project officer will notify contractor in writing at least 15 working days before preventative maintenance is to be performed. The following clauses apply to this acquisition: Clause EP52.217-981, Option to Extend the Term of the Contract-Fixed Price; EP52.216-170, Consideration and Payment-Itemized Fixed Prices; and EP52.212-140, Period of Performance. The contract will consist of a base period and 4 option periods of 12 months each. The periods of performance shall be: Base Period, 10/1/98 -9/30/99, Option I, 10/1/99 -- 9/30/2000, Option II, 10/1/2000 -- 9/30/2001, Option III, 10/1/2001 -- 9/30/2002, Option IV 10/1/2002 -- 9/30/2003. Offerors should submit pricing information per period. The following FAR provisions apply to this solicitation: 52.212-1, Evaluation-Instructions to Offerors-Commercial; 52,212-2, Evaluation-Commercial Item. Evaluation criteria to be included in paragraph (a) of provision 52.212-2 are as follows: (I) technical capability to meet the Government requirements; (ii) past performance; (iii) price, in decreasing order of importance. Technical and past performance when combined, are significantly more important than price. Offerors should submit 3 references for past performance. Award will be made to the offeror that provides the best value to the Government. All offerors are to include with their offers a completed copy of provision 52.212-3, Offeror Representations and Certifications-Commercial Items. The following FAR clauses apply to this acquisition 52.212-4, Contract Terms and Conditions-Commercial Items, and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. The following additional FAR clauses which are cited in 52.212-5 are applicable to this acquisition: 52.203-6,, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity; 52.219-14, Limitation of Subcontracting; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled Vietnam Era Veterans; 52.222-36 Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.225-3, Buy American Act-Supplies; 52.222-41, Service Contract Act of 1965, as Amended. Cost information for each period and technical information should be submitted in separate proposals. Please submit three copies of offers to Karen Z. Gibson, Contract Specialist, U.S. Environmental Protection Agency, MD-33, Research Triangle Park, NC 27711. Courier Delivery Address is : U.S. Environmental Protection Agency, Receptionist-Administration Bldg. Lobby, Attn: Karen Z. Gibson, 79 Alexander Drive, Research Triangle Park, NC 27709. All offers are due by July 30, 1998, 4:30 p.m. EST. Offers/bids received after the exact time specified will not be considered. No telephonic or faxed requests will be honored. Referenced clauses can be found on the internet at http://www.epa.gov/oam/rtp_cmd. Posted 07/08/98. (0189)

Loren Data Corp. http://www.ld.com (SYN# 0048 19980710\J-0002.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page