SOLICITATION NOTICE
J -- Installation of Switch Onto Existing Chromatogram System
- Notice Date
- 8/25/2020 7:34:29 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- USDA ARS MWA AAO ACQ/PER PROP PEORIA IL 61604 USA
- ZIP Code
- 61604
- Solicitation Number
- 12505B20S1010883
- Response Due
- 9/4/2020 1:00:00 PM
- Archive Date
- 09/19/2020
- Point of Contact
- Kristen Turner
- E-Mail Address
-
kristen.turner@usda.gov
(kristen.turner@usda.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 No. 12505B20S1010883 is being issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-08. The NAICS code applicable to this acquisition is 811219 Other Electronic and Precision Equipment Repair and Maintenance. �This requirement is 100% set aside for small business. For a small company to qualify as a small business, the small business standard is $20.5M. The USDA, ARS, lab in Ames, IA has a requirement for the installation of a mini controller switch onto an existing gas chromatogram system. The Government intends to award a fixed price contract for the following item as identified in the Contract Line Item Number (CLIN): installation of a mini controller switch onto an existing gas chromatogram system, to include travel expenses; labor; software upgrades; training; interface kit; long tray Required specifications include the following: The contractor shall install a robotic canister autosampler (7650) with compatible concentrator (7200) onto an existing Leco Pegasus 4D two-dimension (2D) gas chromatogram (GC) with time of flight mass spectrometer system, update software as needed, and train laboratory personnel on instrument operations. The location already has the autosampler, concentrator and chromatograph equipment. Therefore, this contract will only include an installation bundle; interface kit for the 7200; long tray for the 7650. The servicing of the instrument shall cover travel expenses; labor (estimate 2-3 business days); software upgrades; and training on the new instrument. The following provisions and clauses apply to this acquisition and can be found in full text at http://www.acquisition.gov/comp/far/index.html. FAR 52.252-1, Solicitation Provisions Incorporated by Reference are as follows: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Provide with Quote); FAR 52.204-7, System for Awards Management (ALL OFFERORS MUST BE REGISTERED AND ACTIVE IN THE SYSTEM FOR AWARDS MANAGEMENT DATABASE IN ORDER TO RECEIVE AN AWARD) The website address for registration is: http://www.sam.gov; and FAR 52.222-22, Previous Compliance Report. FAR 52.252-2, Clauses Incorporated by Reference, FAR 52.211-6, Brand Name or Equal, FAR 52.212-4, Contract Terms and Conditions Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items apply to this acquisition. The following FAR clauses cited in 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items are applicable to this acquisition: FAR 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; FAR FAR 52.222-3, Convict Labor (E.O. 11755); FAR 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans; 52.223-4, Recovered Material Certification; 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items; 52.225-2, Buy American Act Certificate ; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332); 52.232-36, Payment by Third Party (31 U.S.C. 3332) and FAR 52.233, Protest After Award. The above FAR clauses may be viewed at http://www.acquisition.gov/comp/far/loadmainre.html. The basis for award is Lowest Price Technically Acceptable (LPTA). ""LPTA"" means the expected outcome of the acquisition that results from selection of the technically acceptable proposal with the lowest evaluated price. Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Technical Specifications, (2) Net Price and must also have satisfactory Past Performance. Questions relating to this requirement shall be sent via email to Kristen Turner, Contracting Officer at Kristen.turner@usda.gov� and received no later than 3:00 PM (Central), Friday, August 28, 2020. Answers to all questions will be provided in the form of a modification to this solicitation. No phone calls will be accepted. Furnish quotes no later than 3:00 PM (Central), Friday, September 4, 2020 to Kristen Turner, Contracting Officer at Kristen.turner@usda.gov .� Quotes will only be accepted via email, no phone calls will be accepted.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a445c561cb5a4d1e92d9ed7503d94bb1/view)
- Place of Performance
- Address: Ames, IA 50010, USA
- Zip Code: 50010
- Country: USA
- Zip Code: 50010
- Record
- SN05772358-F 20200827/200825230152 (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 |