Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 04, 2018 FBO #5976
SOLICITATION NOTICE

66 -- SERVICE CONTRACT FOR MASS SPECTROMETERS

Notice Date
4/2/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Agricultural Research Service - Western Business Service Center
 
ZIP Code
00000
 
Solicitation Number
1232SD18S-903775
 
Archive Date
4/20/2018
 
Point of Contact
Kelli Lightfoot, Phone: 301-504-1122
 
E-Mail Address
Kelli.Lightfoot@ars.usda.gov
(Kelli.Lightfoot@ars.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The USDA Agricultural Research Service, Produce Safety and Microbiology Unit in Albany, CA is issuing solicitation #1232SD18S-903775 as a request for quotation (RFQ) and intends to make an award for a base plus four-year, firm fixed-price service contract that covers the following instruments: •- API-4000 Q TRAP system mass spectrometer, Serial #U01460403; •- Tempo (Eksignet) 2D Nano HPLC System with Auto Sampler, Serial # 06-01-05221 The service contract shall provide: •A. Parts, labor and travel for remedial repair and two planned maintenance visits each year for the instruments covered by the Plan. Also, all non-consumable parts of high performance liquid chromatography (HPLC) attached to the mass spectrometer. •B. Telephone technical support. •C. Priority Repair Service that includes: • i. 2-hour response time • ii. 24 hours on-site support response time • iii. Application support •D. Additional Support that includes: • i. Access to demo lab equipment (including LC/MS) during down time due to extended instrument repairs. • ii. Training for new employees. Responses to this RFQ should include 1) Itemized pricing for the Base Year period of performance of 04/08/2018 through 04/07/2019, plus four additional option years; and, 2) descriptive literature or information that demonstrates the vendor's qualifications to perform these services and that the proposed service contract meets all specified requirements. While this action is not set aside, preference is given to small business. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97. The associated NAICS code is 541380. The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; FAR 52.202-1 definitions; FAR 52.203-5 Covenant Against Contingent Fees; FAR 52.203-6 Restrictions on Subcontractor Sales to the Government; FAR 52.203-7 Anti-Kickback Procedures; FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-16 Commercial and Government Entity Code Reporting; FAR 204-17 Ownership or Control of Offeror; FAR 52.204-18 Commercial and Government Entity Code Reporting; FAR 52.204-19 Incorporation by Reference of Representations and Certifications; AGAR 452.204-70 Inquiries; FAR 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; AGAR 452.209-71 Assurance Regarding Felony Conviction or Tax Delinquent Status for Corporate Applicants; FAR 52.211-5 Material Requirements; FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation-Commercial Items (filled in as follows: Technical specifications and price); FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; FAR 52.216-24 Limitation of Government Liability; FAR 52.216-25 Contract Definitization; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-28 Post Award Small Business Program Re-representation; AGAR 452.219-70 Size Standard and NAICS Code Information; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity Employment; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-1 Buy American--Supplies; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-18 Place of Manufacture; FAR 52.225-25 Prohibitions on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Reps and Certs; FAR 52.232-1 Payments; FAR 52.233-1 Disputes; FAR 52.233-2Service of Protest; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract; FAR 52.243-1 Changes - Fixed Price; FAR 52.244-6 Subcontracts for Commercial Items; FAR 52.249-2 Termination for Convenience of the Government (Fixed-Price); FAR 52.252-1 Solicitations Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference. To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. Responses to this RFQ are to be submitted electronically to kelli.lightfoot@ars.usda.gov by NLT, COB 04/05/2018. No telephone inquiries will be entertained.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/23679691ed0cfa15a9f216f8f8c85f0d)
 
Place of Performance
Address: USDA ARS PWA, PRODUCE SAFETY AND MICROBIOLOGY UNIT, 800 BUCHANAN STREET, ALBANY, California, 94710, United States
Zip Code: 94710
 
Record
SN04875216-W 20180404/180402231217-23679691ed0cfa15a9f216f8f8c85f0d (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.