Skip to main content

An official website of the United States government

You have 2 new alerts

Preventative Maintenance and Repair

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Solicitation (Updated)
  • Updated Published Date: Apr 17, 2024 04:44 pm MDT
  • Original Published Date: Apr 10, 2024 10:24 am MDT
  • Updated Date Offers Due: Apr 22, 2024 11:00 am MDT
  • Original Date Offers Due: Apr 18, 2024 11:00 am MDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: May 07, 2024
  • Original Inactive Date: May 03, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: J066 - MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT
  • NAICS Code:
    • 811210 - Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance:
    Yuma Proving Ground , AZ 85365
    USA

Description

1

                                                                                                                                                                            17 April 2024

The solicitation has been amended to extend the solicitation to 22 April 2024 and to make corrections to the Period of Performance, the corrected dates are as follows:

Base year: 01 May 2024 – 30 April 2025

Option year 1: 01 May 2025- 30 April 2026

Option year 2: 01 May 2026- 30 April 2027

The United States Army Yuma Proving Ground (USAYPG), Yuma, Arizona is requesting a quote for a Preventative Maintenance and Repair contract for Agilent Technologies Inc. brand equipment. This will result in a nonpersonal contract. The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, and supervision to perform at USAYPG.  This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice using FAR Part 13 Simplified Acquisition Procedures.

This Request for Quote (RFQ) will result in a single-award, firm fixed price contract. The North American Industry Classification Systems (NAICS) Code is -811210 Electronic and Precision Equipment Repair and Maintenance, which was considered and selected as it comprises of establishments primarily engaged in repairing and maintaining electronic and precision equipment and scientific instruments. The associated SBA size standard for the referenced NAICS is $34M.

DESCRIPTION OF PRODUCT:

Equipment Description

Serial Number

Type of Service

7850 ICP-MS Spectrometer

SG23021040

Repair Coverage and One (1) Maintenance visit

Recirculating Chiller

2212-00892

Repair Coverage and One (1) Maintenance visit

Controller for ICP-MS

MXL2164JMM

Repair Coverage and One (1) Maintenance visit

ASX-520 CETAC Autosampler

071171A520

Repair Coverage and One (1) Maintenance visit

RVP MS40-S TAD (Vacuum Pump)

IT22525059

Repair Coverage and One (1) Maintenance visit

The Period of Performance:

Base year: 01 May 2024 – 30 March 2025

Option year 1: 01 May 2025- 30 March 2026

Option year 2: 01 May 2026- 30 March 2027

Offeror must quote on all items to be eligible for award. The following factors shall be used to evaluate offers: Lowest Price Technically Acceptable (LPTA), price is primary and technical capability is secondary where the proposal meets the acceptability standards identified.

The quote shall include transportation costs to USAYPG Yuma, Arizona 85365-9498. Arizona vendors are to include Arizona Privilege Tax. Transportation (if applicable) shall be incorporated into your proposed price.  Payment will be made through Wide Area Work Flow (WAWF). Delivery shall be made to USAYPG, AZ 85365-9498 with Freight on Board (FOB) Destination. As a responding vendor you must be actively registered with the System for Award Management (SAM) prior to award of contract. Information to register in SAM can be found at  https://sam.gov/content/home.

Incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAR 2024-01 effective 14 November 2023 and DFARS Change 10/30/2023 effective date 17 October 2023.

If you have any questions, please contact Roxanne Hursey, Contract Specialist, by phone at (928) 328-5759 or by email at roxanne.hursey.civ@army.mil.

Please submit your quote by 11:00am Mountain Standard Time (MST) no later than 18 April 2024.

Attachments:

Attachment 1- Performance Work Statement- includes equipment description.                

Attachment 2-Clauses and Provisions

Contact Information

Contracting Office Address

  • 301 C STREET BLDG 2100 RM 39
  • YUMA PROVING GROUND , AZ 85365-9498
  • USA

Primary Point of Contact

Secondary Point of Contact





History