Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 26, 2020 SAM #6692
SOURCES SOUGHT

J -- maintenance and repair services for two Percival Reach - In Environmental Chambers Model No: 136LL; Serial Nos: 14307.02.10G / 14307.02.11L

Notice Date
3/24/2020 3:28:46 PM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
USDA APHIS MRPBS MINNEAPOLIS MN 55401 USA
 
ZIP Code
55401
 
Solicitation Number
USDA-CPHST-SS-20Q0115
 
Response Due
4/30/2020 3:00:00 PM
 
Archive Date
05/15/2020
 
Point of Contact
Carol Dingess, Phone: 9704947360
 
E-Mail Address
carol.dingess@usda.gov
(carol.dingess@usda.gov)
 
Description
The USDA Animal Plant Health Inspection Service, is conducting a Market Survey for the Center for Plant Health Science and Technology �located in Coral Gables, FL� They are looking for entities capable of providing� time-and-materials, maintenance and repair �services for two Percival Reach - In Environmental Chambers Model No: 136LL; Serial Nos: 14307.02.10G / 14307.02.11L Interested vendors must be� submit proof of� certification for current manufacturer�s certified service training on software, hardware, or firmware used in the operation of these instruments The contractor will need to be capable of providing� on-site preventive maintenance and repair service (on an as-needed basis), and�� provide all personnel, tools, materials, supervision and other items and services necessary to perform the work. Objective The intent of this service is to preserve the original design, operational characteristics and performance of these Environmental Rooms and Chambers. All equipment within the contract will be maintained by the Contractor in accordance with the manufacturer's specifications. Contractor will perform all work in accordance with the manufacturer's recommendations. Scope of Work This work consists of performing normal, preventive maintenance per manufacturers specifications on all equipment listed. Additional services for responding to emergency calls to troubleshoot and repair all Environmental Rooms, Chambers and related equipment, at the facility, will be paid on a time-and-material basis. Equipment/Systems/Components: Service and Maintenance of �two Percival Reach - In Environmental Chambers Model No: 136LL; Serial Nos: 14307.02.10G / 14307.02.11L Maintenance of the systems listed above shall include two semi-annual visits to perform routine maintenance and log operations of all equipment. Interested sources with a comparable product �are encouraged to complete and return Attachment 1� to the contracting office.� Telephonic inquiries will not be honored.� Please email all questions regarding subject item(s)� prior to Sources Sought closing date to Carol.Dingess@usda.gov.�� Small Business concerns are encouraged to participate.� This is not a request for competitive proposals, but instead a market research method to determine interested sources.� No requests for capability briefings will be honored as a result of this notice.� Interested sources who submit data are responsible for appropriately marking information if it is proprietary in nature.� The Government will not award a contract based on the information received.�� Any submission of� information or materials� will be provided on a strictly voluntary basis and are non reimbursible. Please include any Supporting product literature and certifications. ****� Infomation must contain sufficient detail to demonstrate the ability to comply with the notice requirement. Please� Email or Fax� Attachment� 1� to Carol Dingess at Carol.Dingess@usda.gov. ����Email is the preferred method of communication. Please be sure to include notice # USDA-CPHST-SS-20Q0115 �on subject line.� ��Closing date for submissions of Statement�s of Capability is April 30 2020 at 4:00PM MT. Anyone� doing business� with the USDA must first� obtain a Dunn and Bradstreet number.� If your company does not have a DUNS number, you may contact Dun and Bradstreet directly to obtain one by calling 1- 866-705-5711or via the following website: http://fedgov.dnb.com/webform Anyone� wishing to do business� with the USDA must �also be listed in the government�s System for Award Management� Registrar now known as SAM.� You may register on line with www.beta.SAM.gov � A prospective awardee shall be registered in the SAM�� database prior to award, during performance and through final payment of any contract resulting from a solicitation.� Vendors� may obtain information on registration and annual confirmation requirements via the SAM database accessed through www.beta.SAM.gov � or by calling� the Contractors Registration �hotline @ 1-866-606-8220 ****SAM REGISTRATION IS FREE**** The associated North American Industrial Classification System (NAICS) code for this requirement is 334516� Analytical Laboratory Instrument Manufacturing.� The Small Business Size Category is 1,000 Employees.� The Government intends to provide all information regarding this notice via this web site .�� The Federal Government is not responsible for notife and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition.gov. (H) Evaluation: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The Government intends to award on an all or none basis to a responsible offeror whose offer conforms to the solicitation, and provides the Government with the best value. The evaluation and award procedures in FAR 13.106 apply; Lowest Price. The Government intends to select one contractor for this acquisition. However, the Government reserves the right not to award a contract at all, depending on the quality of the proposals and prices submitted and the availability of funds. Rejection of Unreasonable Offers: The Government may reject any quotation that is evaluated to be unreasonable in terms of program commitments, including contract terms and conditions, or unreasonably high or low in cost when compared to Government estimates, such that the proposal is deemed to reflect an inherent lack of competence or failure to comprehend the complexity and risks of the program. (I) Offerors are required to include a completed copy of FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items (MAY 2014), with their offer. Offerors may complete FAR 52.212-3 online at SAM: www.sam.gov . An offeror must state in their offer if they completed FAR 52.212-3 online and that is it up-to-date and valid. (J) FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (MAY 2014), is incorporated by reference and applies to this acquisition. Addendum to FAR Clause 52.212-4 - the following paragraphs are modified or added to the clause: N/A (K) FAR Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (MAY 2014) is incorporated and applies to this acquisition. The following FAR clauses cited in Clause 52.212-5 are applicable to the acquisition: SEE ATTACHED FOR APPLICABLE CLAUSES (L) A statement regarding any additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices: N/A. (M) The Defense Priorities and Allocations System (DPAS) and assiFZ
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/bb117a28b43440e6b5117b6d4703426b/view)
 
Place of Performance
Address: Coral Gables, FL, USA
Country: USA
 
Record
SN05599175-F 20200326/200324230148 (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 |
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.