Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 07, 2020 SAM #6765
MODIFICATION

J -- ABI QS6Flex PCR Service Agreement

Notice Date
6/5/2020 2:54:43 PM
 
Notice Type
Combined Synopsis/Solicitation
 
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
12561520Q0033
 
Response Due
6/15/2020 1:00:00 PM
 
Archive Date
06/30/2020
 
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
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. Solicitation number 12561520Q0033 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-06. The associated NAICS code is 811219, Other Electronic and Precision Equipment Repair and Maintenance, with a small business size standard of $22 Million and the PSC code is J066. The Department of Agriculture (ARS) has the need for the following 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. There is to be no additional costs to the Government outside of this paid agreement.� Travel, supplies, engineer time, parts and service should all be covered for the term of this agreement. 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, the service provider is to also provide the calibration plates (OEM) 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 to OEM specifications using new OEM parts and reagents. 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 vendor's Service Zones 1 and Zone 2. If vendor 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 vendor or causes beyond the reasonable control of vendor, vendor will provide customer a service plan renewal credit in an amount equivalent to one day's pro-rated charge for each day vendor 's response is late. Target response time of 3 business days for remedial repairs outside of Zones 1 and 2. vendor 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 to OEM specifications and using OEM fixes 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� with OEM specifications and calibration plates. Perform all dye, ROI, normalization and other plate dye calibration procedure for 384-well block to �Pass� with OEM specifications and calibration plates. Provide calibration report, hard-copy or electronic within 24 h. Estimated time is 6 hours on site. Estimated travel time 3 h. Service Description: Customer will provide access to vendor so vendor 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 vendor 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. vendor may perform more than the number of planned maintenance visits indicated in vendor's quotation, at vendor'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 vendor's quotation that are requested by customer. Customer will provide no formal direction to vendor, but will provide access to stored calibration plates and other laboratory equipment needed to perform service. Vendor 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 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 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. PM will use new OEM parts, materials and reagents. Due: No later than 30 days after start date of contract. Repairs. Objective: Perform needed repair (when issues happen) with new OEM parts.� 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. Submitting a Quote: To be eligible for an award, all contractors must be registered in the System for Award Management (SAM) with a current and active registration. A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register.�Vendor must also include their DUNS# on their quote. The submission and payment of invoices on the resulting contract will be made through the Invoice Processing Platform (IPP). As such, vendors must be currently registered or register in IPP in order to be able to submit and receive payment on invoices for the resulting contract. Offerors responding to this announcement shall submit their quote on�SF-18�(see attached). The quote should include all fees, delivery charges, and/or surcharges. This will be a tax-exempt purchase. Only electronic submissions will be accepted. Please email all quotes in writing on the SF-18 to�aaron.dimeo@usda.gov by no later than�Monday, June 15, 2020 at 3:00 PM�Central Standard Time. Questions in regards to this combined synopsis/solicitation must be submitted through email and are due no later than�3:00 PM CST on Thursday, June 11, 2020. Answers to any questions received by that time will be�posted as an amendment to this combined synopsis/solicitation.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/eeaae18027044c269b5dbfe16a971b13/view)
 
Place of Performance
Address: Milwaukee, WI 53204, USA
Zip Code: 53204
Country: USA
 
Record
SN05681552-F 20200607/200605230142 (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.