J--ICEPOES MX SERVICES
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Geological Survey (USGS), under the Department of the Interior, has issued an Award Notice for Maintenance Services for Perkin Elmer Inductively Coupled Plasma – Optical Emission Spectra (ICP-OES) Optima 8300 DV instruments and Cetac ASX-560 autosamplers. This contract supports the National Water Quality Lab (NWQL) in Lakewood, CO, for trace metal and major cation analysis. The original solicitation was a Request for Quotation (RFQ) for non-personal services.
Scope of Work
The awarded services include on-site service, maintenance, and software support for the specified laboratory equipment. Key requirements involved diagnosing equipment failures, providing necessary parts, labor, testing equipment, travel, and software/firmware upgrades. The contract also mandates annual preventive maintenance, emergency repairs within 3 working days, non-emergency repairs within 5 working days, and submission of service reports within 3 business days. The contractor is required to provide unlimited telephone support, ensure equipment maintenance to OEM specifications, and provide a Quality Control Plan.
Contract Details
- Type: Firm Fixed Price purchase order.
- Period of Performance:
- Base Year: February 1, 2026 – January 31, 2027
- Option Year 1: February 1, 2027 – January 31, 2028
- Option Year 2: February 1, 2028 – January 31, 2029
- Delivery Date: January 31, 2027 (likely end of base year services).
- Award Published: February 17, 2026.
Set-Aside
No specific set-aside designation was identified for this award. The original solicitation included standard FAR clauses related to small business concerns.
Evaluation (Historical)
The original solicitation evaluated quotes based on: Experience of Proposed Personnel, Offeror's Ability to Meet Timelines, Past Performance (quality, timeliness, and business relations), and Price. Technical merit was considered significantly more important than price. Quotes were due by January 5, 2025 (likely 2026, given other dates).
Additional Notes
The original solicitation included numerous FAR clauses concerning commercial items, cybersecurity, representations, and certifications. Offerors were required to be registered in the System for Award Management (SAM). The services are for the U.S. Geological Survey, Laboratory and Analytical Services Division, 1 Denver Federal Center, Bldg. 95, Entrance E3, Denver, CO 80225.