Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 22, 2020 SAM #6749
SOURCES SOUGHT

J -- ABI QS6Flex PCR Service Agreement Sources Sought

Notice Date
5/20/2020 8:54:32 AM
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
USDA ARS MWA MADISON LSS MADISON WI 53706 USA
 
ZIP Code
53706
 
Solicitation Number
12561520Q0033SS
 
Response Due
6/1/2020 1:00:00 PM
 
Archive Date
06/16/2020
 
Point of Contact
Aaron Dimeo, Laura Jones
 
E-Mail Address
aaron.dimeo@usda.gov, laura.jones@ars.usda.gov
(aaron.dimeo@usda.gov, laura.jones@ars.usda.gov)
 
Description
A market survey is being conducted to determine if there are adequate Small Business, SBAcertified HUBZone, SBA-certified 8(a), Women-Owned, or Service Disabled Veteran-Owned Small Business (SDVOSB) contractors available for a proposed project who meet the specific criteria outlined below. This is a SOURCES SOUGHT NOTICE ONLY. This is not a solicitation Announcement or Request for Quote. It does not constitute any commitment by the Government. No award will result from this notice. The purpose is to conduct market research to gain knowledge of potentially qualified sources and to determine the capability of Small Business and/or Large Business companies to provide the supplies/services described below. Responses to this Sources Sought Notice will be used by the Government to make an appropriate acquisition decision. Department of Agriculture (ARS) requests responses from ALL socioeconomic categories in order to gain a more complete understanding of the market for these products and service. The USDA Agricultural Research Service (ARS) will not award a contract on the basis of responses or pay for the preparation of any information submitted. Respondents will not be notified of the results of this notice. After completing an analysis of the responses, the Government will determine whether to limit competition to 8(a), HUBZone, SDVOSB, Women-Owned, or other small business firms, or to proceed with issuing an unrestricted solicitation, inviting full and open competition. The NAICS code for the expected acquisition is 811219, with a Size Standard of $22 Million and the PSC Code is J066. Any subsequent procurement will be conducted as a commercial item purchased in accordance with FAR Part 12 and as a Simplified Acquisition Procedure in accordance with FAR Part 13. The Department of Agriculture (ARS) has the need for the following products and service: 001) ABI QS6Flex PCR Service Agreement Scope of Work: � The USDA-ARS facility in Milwaukee, WI is requesting quotes on a service agreement for an ABI QS6Flex PCR. The service agreement represents a significant level of added quality control and assurance for research being conducted with this instrument. The service agreement is intended to avoid costly repairs that will create significant down-time, and ensure data quality, and therefore represents the best value to the federal government. The period of the service agreement is from 09/05/2020 to 09/04/2021 as well as the inclusion of four option years. Background: � The real-time PCR detection system is an existing piece of equipment that is currently being maintained under service agreement, which expires this fiscal year, and the instrument was purchased August, 2017.� This instrument has complicated thermal cycling, optics and robotics systems that are needed to perform studies on gene expression in rainbow trout. The service agreement plan is to include a single preventative maintenance, calibration visit and on-site repair/replacement of failed (and computer equipment) parts during the agreement period. In addition to the calibration visit, ABI also provides the calibration plates that can be used regularly throughout the year, which are necessary for user-performed 6-month calibration schedules in addition to measurement of block cycling temperatures during the PM. This level of service enables ABI to uniquely have the most rigorous QA/QC monitoring and reporting of a real-time qPCR system, which ensures data accuracy and integrity for the U.S. Government. Technical Requirements/Tasks: AB Assurance Plan to provide: Parts, labor and travel for remedial repair. No charge for planned maintenance visits. The number of planned maintenance visits is once per year.� The annual planned maintenance (PM) visit is automatically opened and will be performed within the contract period. Should there is an immediate need to request and/or schedule your PM, contact the vendor by phone or email to schedule. This PM visit ensures optimal performance of the instrument, often preventing major breakdowns before they happen. Guaranteed priority response time of 2 business days after receipt of a service call for instruments located in LT's Service Zones 1 and Zone 2. If LT fails to arrive at the instrument location within Zone 1 or Zone 2 within 2 business days for reasons other than customer's failure to provide access to LT or causes beyond the reasonable control of LT, LT will provide customer a service plan renewal credit in an amount equivalent to one day's pro-rated charge for each day LT's response is late. Target response time of 3 business days for remedial repairs outside of Zones 1 and 2. LT will use reasonable efforts to respond within 3 business days from receipt of a service call. Priority telephone and email access to instrument technical support. Telephone and email access to application technical support. �Remote Monitoring and Dx Service, which provides for notification to customer of instrument failures or errors that are reported by AB's Remote Monitoring software. Task requirements: Perform any necessary cleaning of electronics and replacement of lamps and other expired components. Perform any necessary updating/service for computer and detection platform. Perform block temperature calibration for 96-well block to �Pass�. Perform block temperature calibration for 384-well block to �Pass�. Perform all dye, ROI, normalization and other plate dye calibration procedure for the 96-well block to �Pass�. Perform all dye, ROI, normalization and other plate dye calibration procedure for 384-well block to �Pass�. Provide calibration report, hard-copy or electronic within 24 h. Estimated time is 6 hours on site. Service Description: Customer will provide access to LT so LT may complete service, planned maintenance, Installation Performance Verification, and other service calls within the plan period. Calls not completed within a plan period will be cancelled unless LT failed to make reasonable efforts to complete the call within the plan period. Planned maintenance visits are intended to minimize the need for service calls. LT may perform more than the number of planned maintenance visits indicated in LT's quotation, at LT's discretion. Customer will not be charged for any planned maintenance visits made during the plan period, except for visits that are in addition to the number indicated in LT's quotation that are requested by customer. Customer will provide no formal direction to LT, but will provide access to stored calibration plates and other laboratory equipment needed to perform service.� LT determines which service engineer to send for site visits or repair. Government Furnished: Government will provide access to facilities and equipment and bench space for LT service engineer.� Government will also provide access to a designated refrigerator for storage of calibration plates when work is done and a centrifuge for plate preparation.� Government will show LT how (initial) to use centrifuge.� Access will be restricted during Wisconsin State holidays and during federal holidays.� Facility location is: School of Freshwater Sciences, ARS-USDA, 600 E. Greenfield Ave., Milwaukee, WI 53204, Room 156. Deliverables Schedule:� Annual PM Service. Objective: Assess instrument performance, correct deficiencies, replace dated components, and perform annual calibration and PM procedure. Due: No later than 30 days after start date of contract. Repairs. Objective: Perform needed repair (when issues happen).� Government will call technical service in such instance. Due: Within 2 business days of trouble call, per contract variance. Reports. Objective: Develop any maintenance/calibration reports and provide to Government. Due: Within 24 h of competing repair or PM. Travel: Vendor to provide travel for field service engineer as part of the service agreement.� Government should incur no additional costs. Contractor�s Key Personnel:� Vendor to determine qualifications of field service engineer, not Government. Vendor will ensure qualifications and capability of field service engineer. Data Rights: Vendor will have access to all data on instrument performance and tracking data and when necessary, Government generated data (when asked) to aid in any troubleshooting issues. Vendor cannot remove or transport Government data off-site without Government permission. Service Period:� The service period is from 09/05/2020 to 09/04/2021. All services to be performed at 600 E. Greenfield Ave., Milwaukee, WI 53204, Room 156. The Government anticipates award of a Firm Fixed Price contract with four option years. Capability Statement: Companies who have the experience, as well as an interest in doing business with ARS, should submit a Capabilities Statement which, for this notice, is not expected to be a proposal, but rather short statements regarding the company�s ability to demonstrate their expertise and experience in relation to the areas specified in this notice. Companies should also indicate whether they are a Small Business, SBA-certified HUBZone, SBA-certified 8(a), SDVOSB, or Women-Owned Small Business. To be eligible, all vendors must be registered in the System for Award Management (SAM) with a current and active registration. A DUNS (Dun and Bradstreet) number is required in order to register in SAM. A vendor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS.�Vendor must include their DUNS# on their capability statements. Submitting a Capability Statements: Responses should be submitted via email by Monday, June 1, 2020 at 3:00 p.m. (CST) to the attention of Aaron Dimeo at aaron.dimeo@usda.gov. Telephone inquiries will not be accepted. Questions should be directed to Aaron Dimeo at aaron.dimeo@usda.gov by no later than Thursday, May 28, 2020 at 3:00 p.m. (CST). Disclaimer: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate.� Respondents are also advised that under no obligation to acknowledge receipt of information or provide feedback about any of the information received.� After review of the responses received, the Government may issue a pre-solicitation synopsis and solicitation. No proprietary, sensitive, confidential or classified information shall be included with your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/870472d6ec29484db93a1c92f4f73e01/view)
 
Place of Performance
Address: Milwaukee, WI 53204, USA
Zip Code: 53204
Country: USA
 
Record
SN05664696-F 20200522/200520230159 (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.