SOURCES SOUGHT
J -- J--JEOL SERVICE CONTRACT
- Notice Date
- 5/1/2025 10:09:11 AM
- Notice Type
- Sources Sought
- NAICS
- 811210
—
- Contracting Office
- OFC OF ACQUISITION GRANTS-DENVER DENVER CO 80225 USA
- ZIP Code
- 80225
- Solicitation Number
- 140G0225Q0066
- Response Due
- 5/7/2025 1:30:00 PM
- Archive Date
- 05/01/2025
- Point of Contact
- Sornberger, Yvette, Phone: 3032369332, Fax: 303-236-5859
- E-Mail Address
-
ysornberger@usgs.gov
(ysornberger@usgs.gov)
- Description
- This Sources Sought Notice is being published for the purpose of conducting Market Research to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. This is not a solicitation. All costs associated with providing information, as requested by this Sources Sought Notice, shall be the responsibility of the submitter. Submission is voluntary. The USGS Geology, Geophysics, and Geochemistry Science Center maintains and operates JEOL 8530F Plus electron microprobe in the Denver Microbeam Laboratory, Building 20, Denver Federal Center. The instruments provide critical analytical research data, including qualitative and quantitative chemical analysis and high-resolution imaging for programs in the Rocky Mountain Region as well as science centers in other USGS Regions and Mission Areas. The instrument also provides data for collaborators such as EPA, NASA, DOJ, DOE, BLM, and DHS and non-Federal entities such as National Jewish Health and University of Illinois, Chicago. The electron microprobe is generally booked two months in advance. The instrument is comprised of several critical subsystems including a silicon drift detector, cathodoluminescence, secondary and backscattered electron imaging detectors, electronics consoles, PCs, proprietary software, water chillers, and pumps. The JEO instrument must always be maintained in full operating condition and to the manufacturer�s specifications. This is necessary because of the strict scientific requirements of USGS scientists and our Quality Management System as well as our obligation to OFA clients. In order to meet these requirements, a full-service contract for instrument preventative maintenance and repair is critical. The instruments must be maintained with highest priority service by JEOL trained service personnel in order to ensure proper maintenance and repair and to prevent damage to the instruments. Technical Requirements: 1. The contractor shall provide JEOL trained personnel to inspect instrument performance, perform instrument alignment and cleaning, and testing on a bi-annual basis. 2. The contractor shall provide unlimited additional unscheduled site visits per service agreement year by a JEOL trained service engineer. The site visit must take place within three business day of a service call that cannot be resolved with telephone support. 3. The contractor shall provide telephone support with JEOL for repair and maintenance Monday through Friday 8:30A-5P local time except holidays. 4. The service agreement shall cover shipping costs of necessary JEOL approved parts to the instrument site. Subject to availability, the JEOL factory approved part will ship within 24 hours of a repair diagnosis. 5. The contractor shall cover the instrument parts, hardware, and software and have access to JEOL factory direct parts, service manuals, and wiring diagrams. 6. The contractor shall provide software updates at least once a year, if available, direct from JEOL for the covered instruments. 7. The contractor shall supply proprietary files necessary for third party vendors (such as EDS vendors) to communicate directly with the JEOL 8530F Plus electron microprobe for beam control, spectrometer control, and stage control. 8. The service agreement includes the labor and travel expenses of the JEOL trained service personnel. 9. The Government reserves the right to add or delete individual pieces of equipment according to the following procedures: Interested firms who feel that they can provide the item (based upon the criteria specified herein), are invited to submit in writing an affirmative response to this announcement. An affirmative response must include references with contact names, email address, and phone numbers. These references are to be for contracts similar in scope as the contract under consideration. This information will be evaluated and used to determine if competitive opportunities exist. Affirmative responses must also include supporting information showing the firm can meet all requirements set forth in this announcement. All responses must be submitted NLT 05/07/2025 at 2:30pm MST via e-mail to: ysornberger@usgs.gov. This is NOT a Request for Quotation (RFQ), Request for Proposal (RFP), or Invitation for Bid (IFB) and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey. Any solicitation that may be issued will be posted on the SAM/FBO website and no paper copies will be provided.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9628f9b5239e4626afb0f1c0a6d88e2e/view)
- Record
- SN07428635-F 20250503/250501230052 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |