Maintenance and service contract for PerkinElmer ICP-MS at Davis, CA
ID: 12905B25Q0031Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFAGRICULTURAL RESEARCH SERVICEUSDA ARS PWA AAO ACQ/PER PROPALBANY, CA, 94710, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AGRICULTURAL SUPPLIES (J087)
Timeline
  1. 1
    Posted Jan 15, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 15, 2025, 12:00 AM UTC
  3. 3
    Due Jan 25, 2025, 8:00 PM UTC
Description

The Department of Agriculture, specifically the Agricultural Research Service, is seeking quotes for a maintenance and service contract for the PerkinElmer ICP-MS equipment located in Davis, California. The procurement aims to ensure the operational efficiency of the ICP-MS through periodic and corrective maintenance, remote support, and effective communication regarding service events, as outlined in the attached Statement of Work. This contract is critical for maintaining laboratory operations and ensuring compliance with federal regulations, with a performance period of one year and three optional renewal years. Interested vendors must submit their offers by January 25, 2025, to Brian Fien at Brian.Fien@usda.gov, and are encouraged to direct any questions regarding the solicitation to the same contact by January 17, 2025.

Point(s) of Contact
Files
Title
Posted
Jan 15, 2025, 7:05 PM UTC
The document outlines a Statement of Work (SOW) for an annual maintenance service contract for the PerkinElmer ICP-MS NexION 2000, located at the USDA-ARS-WHNRC in Davis, CA. The primary focus is on providing periodic maintenance, corrective maintenance, and remote support for the equipment. Key contractor requirements include technology management capabilities, such as asset monitoring, service initiation, and access to service reports. Additionally, the contractor must establish service preferences for providers and ensure effective communication through updates during service events. Monitoring satisfaction through surveys and detailed reporting of service events and asset performance is also emphasized to maintain the quality of the service program. The document is structured to present the scope of work, technical requirements, and specific performance metrics, reflecting its intent to maintain efficient laboratory operations as part of federal government procurement processes.
Jan 15, 2025, 7:05 PM UTC
The document outlines a Request for Quotation (RFQ) for a maintenance and service contract for PerkinElmer ICP-MS equipment at the Davis, CA facility. The RFQ specifies the contractual terms, including clauses regarding options for extending the contract, payment processes, and compliance with legal standards such as the Service Contract Labor Standards. It further details the responsibilities of the contractor in obtaining necessary licenses and permits, as well as procedures for invoicing through the Invoice Processing Platform (IPP). Key points include the contract's duration, which can extend up to four years; required clauses from federal regulations that address terms, conditions, and compliance; and submission instructions for quotes, which must include active SAM registration and acknowledgment of any amendments. The evaluation criteria prioritize the lowest price and regulatory compliance. Overall, this RFQ represents standard practices for federal procurement concerning scientific equipment service contracts, reflecting the government's emphasis on transparency, compliance, and equity in contracting.
Jan 15, 2025, 7:05 PM UTC
The provided document appears to be a corrupted or unreadable file related to government RFPs (Request for Proposals), federal grants, and possibly state and local RFPs. Due to the unstructured and distorted content, it does not convey clear or coherent information regarding its original context or purpose. Typically, such documents aim to solicit proposals from various agencies or organizations for funding opportunities or project completions, outlining eligibility criteria, submission guidelines, deadlines, and evaluation processes. However, without decipherable text, key ideas, or supporting details, it is impossible to summarize meaningful content or determine specific topics. Presumably, if correctly formatted, this document would serve to guide potential applicants in understanding the requirements for responding to RFPs related to public projects, grants, or funding opportunities, emphasizing importance in compliance with federal regulations and procedures. The inability to successfully interpret this document suggests a failure in preserving critical information necessary for stakeholders to navigate governmental funding processes effectively.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
SERVICE AGREEMENT FOR THERMO ELECTRON LABORATORY EQUIPMENT (AMBIS 2247584)
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH) through the National Institute of Allergy and Infectious Diseases (NIAID), is soliciting quotes for maintenance agreements on Thermo Electron laboratory equipment, critical for research involving complex proteomic data. The procurement, identified by solicitation number RFQ-NIAID-25-2247584, requires comprehensive service plans for various mass spectrometry instruments, ensuring prompt maintenance response times, priority technical support, and regular preventive maintenance visits. This equipment is essential for analyzing high-value samples in ongoing research projects, and the contract period spans from March 19, 2025, to March 18, 2026. Interested vendors must submit their quotes electronically by December 30, 2024, and can contact Kimberly Rubio at kimberly.rubio@nih.gov for further information.
Bruker service maintenance - Bruker Scientific LLC.
Buyer not available
The Department of Defense, through the NAVSUP Fleet Logistics Center Norfolk, is seeking to procure maintenance services for Bruker Scientific LLC equipment in support of the Naval History and Heritage Command (NHHC). The procurement involves maintenance for specific Bruker instruments, including the Alpha II FT-IR Spectrometer, Bravo Raman Spectrometer, and Lumos II FT-IR Standalone Microscope, which are critical for historical and heritage research. The solicitation, identified as RFQ N00189-25-Q-0235, will close on April 28, 2025, at 5:00 PM EST, and interested vendors must submit their quotes electronically via email and be registered in the System for Award Management (SAM). For further inquiries, potential bidders can contact Ian Tupaz at ian.j.tupaz.civ@us.navy.mil or Cody Witz at cody.witz@navy.mil.
Illumina MiSeq Instrument Service Agreement
Buyer not available
The U.S. Food and Drug Administration (FDA) is conducting market research to identify small business sources capable of providing a service agreement for the Illumina MiSeq instrument, which is essential for the National Center for Toxicological Research (NCTR). The procurement involves a preventative maintenance and corrective maintenance service agreement, including scheduled on-site visits, unlimited technical support, and adherence to OEM specifications. This service is critical for ensuring the reliability of ongoing research at the NCTR facility in Jefferson, Arkansas. Interested parties must submit their capability statements by April 30, 2025, to Nick Sartain at nick.sartain@fda.hhs.gov, referencing NCTR-2025-128267.
System Maintenance and Repairs for Sympatec HELOS Particle-Size Analyzers Systems
Buyer not available
The Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking qualified small businesses to provide system maintenance and repairs for three Sympatec HELOS Particle-Size Analyzer systems located in College Station, Texas. The procurement aims to ensure the functionality and compliance of these critical laboratory instruments, which are essential for ongoing research activities. Interested contractors must submit a comprehensive proposal detailing their approach, technician qualifications, and relevant experience, adhering to the Lowest Price Technically Acceptable (LPTA) evaluation method. Proposals are due by 8:00 a.m. Central Time on April 25, 2025, and should be sent via email to Shane M. Pope at shane.pope@usda.gov.
RFI - Service for Nicolet is50 FTIR
Buyer not available
The Department of Defense, specifically the U.S. Army Combat Capabilities Development Command - Soldier Center (DEVCOM-SC), is seeking potential sources for preventative and corrective maintenance services for the Thermo Fisher Nicolet is50 Fourier Transform Infrared Spectrophotometer. The procurement aims to identify vendors capable of providing on-site preventative maintenance and corrective repair services, which should include labor, travel, and parts for service, as well as access to virtual customer support for troubleshooting. This equipment is crucial for various scientific and analytical applications within the Army, emphasizing the need for reliable maintenance to ensure operational efficiency. Interested parties are invited to submit their responses electronically to the designated contacts by May 5, 2025, at 1700 EST, with no funding currently available and no contract being awarded from this announcement.
MALDI-TOF Mass Spectrometer
Buyer not available
The Department of Agriculture, specifically the Agricultural Research Service, has issued a Combined Synopsis/Solicitation notice for the procurement of a MALDI-TOF Mass Spectrometer. This instrument is used in analytical laboratories for the identification and analysis of various substances. The procurement is set aside for small businesses and the place of performance is in Ames, Iowa, United States. The solicitation is for a Firm Fixed Price contract and the basis for award is Lowest Price Technically Acceptable (LPTA). Interested contractors must submit their quotes electronically by July 26, 2024, and must be registered in the System for Award Management (SAM). The contract documents can be found on the government webpage and any amendments will be posted there as well.
RENTAL OF 230-TON CHILLER (RIVERSIDE, CA)
Buyer not available
The Department of Agriculture, specifically the Agricultural Research Service, is seeking quotations for the rental of a 230-ton chiller at the US Salinity Laboratory in Riverside, California. The procurement aims to address the urgent need for a replacement chiller, as the existing unit has reached the end of its operational life, posing safety risks and jeopardizing critical agricultural research during high summer temperatures. The selected contractor will be responsible for delivering, installing, and deinstalling the chiller, as well as providing operational training to USDA personnel, with the rental period set from June 1, 2025, to February 28, 2026. Interested parties must submit their quotes electronically to Spencer Hamilton at spencer.hamilton@usda.gov by 12:00 p.m. Pacific Time on May 12, 2025, following the guidelines outlined in the RFQ documentation.
Portable Analytical Instruments Maintenance
Buyer not available
The Department of Defense, specifically the U.S. Army Medical Center of Excellence (MEDCoE), is seeking sources for a contract to provide extended warranty and maintenance support for Thermo Scientific's First Defender RMX and TruDefender systems. The primary objective of this procurement is to ensure operational readiness of laboratory analyzers used in training programs for military personnel, with the contract structured as a non-personal services agreement that includes a base year and an optional additional year of performance. This maintenance support is critical for the effective functioning of analytical equipment essential for military operations. Interested businesses are encouraged to respond to the Sources Sought Notice by May 6, 2025, and should direct inquiries to Tanisha Bush at tanisha.a.bush.civ@army.mil or Angelic Hatcher at angelic.m.hatcher.civ@mail.mil.
Qiagen Equipment Maintenance and Repair Services for the DCPH-A Laboratory Sciences Directorate
Buyer not available
The Department of Defense, through the Army Medical Research Acquisition Activity, intends to award a firm-fixed price contract to Qiagen LLC for the provision of maintenance and repair services for Qiagen equipment utilized by the Defense Centers for Public Health-Aberdeen (DCPH-A). The procurement encompasses annual preventative maintenance, unlimited repair services using Qiagen certified parts, software support, and technical assistance for laboratory instruments critical to the DCPH-A's mission of conducting comprehensive analyses for public health. This specialized service is essential as Qiagen LLC is the sole original equipment manufacturer (OEM) authorized to provide these services, ensuring the integrity and functionality of the equipment used in environmental and industrial hygiene assessments. Interested parties must submit capability statements by 11:00 AM EDT on May 8, 2025, to the primary contact, Brandon Roebuck, at brandon.m.roebuck.civ@health.mil, as no competitive proposals will be solicited for this requirement.
Jefferson Laboratories On-Site Laboratory Equipment Maintenance, Repair, and Fabrication Services
Buyer not available
The Department of Health and Human Services, through the Food and Drug Administration (FDA), is seeking proposals for on-site laboratory equipment maintenance, repair, and fabrication services at the National Center for Toxicological Research (NCTR) in Jefferson, Arkansas. The selected contractor will be responsible for maintaining and repairing a variety of laboratory instruments, ensuring compliance with safety protocols and standard operating procedures, while also providing preventive maintenance and specialized equipment design services. This contract is crucial for supporting ongoing toxicological research, as much of the equipment requires maintenance beyond manufacturer warranties. Interested parties should submit their proposals, adhering to the instructions and evaluation criteria outlined in the solicitation, with inquiries directed to Suzanne Martella at suzanne.martella@fda.hhs.gov or by phone at 870-543-7540. The contract will be awarded as a firm fixed-price agreement covering a base year and four option years, with detailed requirements specified in the solicitation documents.