PerkinElmer Supply Preventative Maintenance
ID: SP470625Q0000Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDCSO-COLUMBUS-DIVISION-2COLUMBUS, OH, 43218, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT (J066)
Timeline
    Description

    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for a Preventive Maintenance Agreement (GOLD PLAN) for three specific PerkinElmer instruments located at the DLA Product Test Center in Philadelphia. The objective of this procurement is to establish a comprehensive service plan that includes annual preventive maintenance visits, unlimited emergency breakdown support, and priority technical assistance, ensuring optimal performance and compliance with ISO standards. This maintenance agreement is crucial for extending the lifecycle of analytical instruments and avoiding unexpected failures, thereby maintaining high operational standards. Interested parties should contact Blair Hartley at Blair.Hartley@dla.mil or call 614-692-6274 for further details, with the performance period set from November 24, 2024, to November 23, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for a Preventive Maintenance Agreement (GOLD PLAN) regarding three specific Perkin Elmer instruments at the DLA Product Test Center in Philadelphia. The agreement aims to secure a 1-year comprehensive service plan with options for three additional years, ensuring optimal performance, cost avoidance for unexpected failures, ISO-conforming maintenance, and priority support. Key provisions include one annual preventive maintenance visit by a certified technician, unlimited emergency breakdown support, included repair service parts (excluding consumables), and regular technical support from 9 am to 5 pm EST. Additional benefits comprise discounts on training and installation services but do not cover certain product types. The period of performance is set from November 24, 2024, to November 23, 2025, at the same location. Invoices must be submitted via the Wide Area Workflow system, in line with specific DFARS payment instructions. This RFP reflects the government's approach to maintaining compliance and extending the lifecycle of its analytical instruments while ensuring high standards of service.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    Laboratory Equipment Preventative and Emergency Repair Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Combat Capabilities Development Command (DEVCOM) Armaments Center, is seeking proposals for a maintenance contract focused on preventative and emergency repair services for various test and measurement equipment. This contract aims to support the operation of critical equipment across several laboratories, including the Environmental Test Laboratory and the Radiography Laboratory, ensuring the reliability and performance of testing devices essential for the Army's operational capabilities. Interested contractors are encouraged to participate in scheduled site visits at Picatinny Arsenal, NJ, to assess the facilities and conditions impacting contract performance, with specific deadlines for visit requests and written questions. For further inquiries, potential bidders can contact Donna Gill-Cadogan at donna.v.gill-cadogan.civ@army.mil or by phone at 520-669-7630.
    Battery preventative maintenance (BPM), preventative maintenance (PM), and corrective maintenance (CM) on material handling equipment and industrial equipment at multiple DLA Distribution locations.
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking contractors to provide battery preventative maintenance (BPM), preventative maintenance (PM), and corrective maintenance (CM) services for material handling and industrial equipment at multiple distribution locations across the United States. The procurement will be structured as a Firm-Fixed-Price Indefinite Delivery/Indefinite Quantity (ID/IQ) contract, anticipated to span five years, with a current contract valued at $22.9 million running until August 2025. This initiative is crucial for maintaining operational readiness and supporting military logistics operations, requiring contractors to adhere to Original Equipment Manufacturer (OEM) standards and implement a Quality Control Plan. Interested parties must submit a six-page Capability Statement by November 7, 2024, to Brian Keckler at brian.keckler@dla.mil, as this notice serves as a Sources Sought Notice and does not guarantee contract awards or set-asides for small businesses.
    Perseus 500 Anesthesia Workstation Maintenance & Repair Service
    Active
    Dept Of Defense
    The Defense Health Agency (DHA) intends to award a sole source contract for maintenance and repair services of the Draeger Perseus 500 Anesthesia Workstation at the Navy Medicine Readiness and Training Command (NMRTC) in Lemoore, California. The contract will cover annual preventative maintenance and repair for four anesthesia workstation machines, which are critical for medical operations within the Navy. Draeger Inc. is the only contractor with the proprietary rights necessary to fulfill this requirement, and the ordering period for the contract is set from November 4, 2024, to November 3, 2029. Interested vendors must submit a capability statement by 9:00 AM Pacific Time on October 28, 2024, to the primary contacts, Griffin Bland and Brandi Roberts, via the provided email addresses.
    Preventive Maintenance and unlimited repair agreement for a Yokogawa CV8000 microscope system, Base + 2 Option Years
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is seeking proposals for a Preventive Maintenance and unlimited repair agreement for a Yokogawa CV8000 microscope system, covering a base year plus two option years. The procurement requires contractors to provide two annual on-site preventive maintenance visits, unlimited corrective repairs for both hardware and software, and adherence to rapid response times, utilizing OEM parts and certified technicians. This contract is crucial for maintaining essential laboratory equipment, ensuring high service quality and compliance with federal regulations throughout its duration. Interested small businesses must submit their quotes by October 31, 2024, and can contact Suzanne Martella at suzanne.martella@fda.hhs.gov or by phone at 870-543-7540 for further information.
    Laser Ablation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for maintenance and service of the Clean Laser CL1000 Laser Ablation System at the Letterkenny Army Depot in Pennsylvania. The contract encompasses annual preventive maintenance, emergency and non-emergency repairs, and parts supply, with a focus on ensuring high operational integrity and compliance with quality assurance standards. This procurement is critical for maintaining the functionality of the laser ablation system, which plays a vital role in military operations. Proposals are due by 12:00 PM on November 14, 2024, and interested contractors should contact Jonathan K. Carroll at jonathan.k.carroll.civ@army.mil or call 717-267-8357 for further details.
    Principal Period of Maintenance (PPM)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for a firm-fixed price contract to provide preventive and remedial maintenance services for government-owned Hewlett Packard and Compaq computer equipment. The contract requires contractors to ensure on-site response to service requests within four hours and restoration of equipment functionality within twelve hours during the Principal Period of Maintenance (PPM), which spans 16 hours a day from Monday to Friday. This procurement is critical for maintaining operational readiness of IT systems essential for defense operations, emphasizing the importance of timely and effective maintenance services. Interested offerors must submit their proposals by November 4, 2024, and should direct any inquiries to Lamar Anderson at lamar.b.anderson@navy.mil or by phone at (540) 742-4132.
    Service Maintenance Agreement for an Thermo Q Exactive Orbitrap Mass Spectrometer
    Active
    Health And Human Services, Department Of
    The U.S. Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is seeking proposals for a Service Maintenance Agreement for the Thermo Q Exactive Orbitrap Mass Spectrometer System. This procurement aims to ensure the continuous operation and reliability of the mass spectrometer, which is essential for the FDA's Center for Biologics Evaluation and Research in synthesizing high-quality peptides for advanced research and vaccine evaluation. The contract will cover a base year with four additional option years, requiring maintenance and repairs to be conducted by certified Original Equipment Manufacturer (OEM) technicians, with a commitment to corrective services within 2-3 business days. Interested vendors can contact Carole Edwards at Carole.Edwards@fda.hhs.gov or call 870-543-7459 for further details regarding the solicitation, which is outlined in the attached Combined Synopsis/Solicitation Number: 75F40125Q126048.
    25--KIT,ANNUAL PM
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of an Annual Preventive Maintenance Kit (NSN 2510016138315). The solicitation includes a requirement for 70 units, with an estimated delivery timeframe of 86 days after order placement, and may result in an Indefinite Delivery Contract (IDC) lasting one year or until the total order value reaches $250,000. This procurement is crucial for maintaining vehicular equipment components, ensuring operational readiness for various DLA depots both within the continental United States (CONUS) and outside (OCONUS). Interested vendors are encouraged to submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    SOLE SOURCE – MERIDIAN IV MAINTENANCE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane, is seeking maintenance services for the Meridian IV Microscope and associated components. The procurement aims to secure maintenance and repair services from FEI Company, the sole source identified due to their proprietary rights and specialized capabilities, while also allowing other interested vendors to submit capability statements for consideration. This maintenance is critical for the operational readiness of the equipment used in various defense applications. Proposals are due by 4:00 PM Eastern Time on October 30, 2024, with the contract period set from January 1, 2025, to December 31, 2025. Interested parties should direct inquiries to Morgan Helton at morgan.m.helton.civ@us.navy.mil.
    Maintenance/Repair of Special Industry Machinery.
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Medical Research Acquisition Activity (USAMRAA), intends to award a sole-source firm-fixed-price contract to Bio Response Solutions, Inc. for the maintenance and repair of its Continuous Flow Thermal Effluent Decontamination System (CFTEDS). This contract is essential for conducting all required preventative and corrective maintenance services on the CFTEDS, which is specifically designed to process effluent from Biosafety Level (BSL-3) and BSL-4 laboratories, making it a critical component in maintaining laboratory safety and compliance. Interested vendors may submit capability statements to demonstrate their ability to provide similar services, with submissions due by 10:00 AM EST on November 1, 2024. For inquiries, contact Deborah Hagan at deborah.l.hagan.civ@health.mil or Tonya Kreps at tonya.r.kreps.civ@health.mil.