Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 28, 2022 SAM #7576
SOLICITATION NOTICE

J -- Service Agreement for USDFRC Autoclaves

Notice Date
8/26/2022 9:22:32 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
12505B22Q0207
 
Response Due
9/9/2022 7:00:00 AM
 
Archive Date
09/10/2022
 
Point of Contact
Missy Grice, Phone: 9706314559
 
E-Mail Address
melissa.grice@usda.gov
(melissa.grice@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; proposals are being requested and a written solicitation will not be issued. Solicitation No. 12505B22Q0207 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 2022-07. The NAICS code applicable to this acquisition is 811219 (Other Electronic and Precision Equipment Repair and Maintenance). The PSC is J066. This requirement is 100% set aside for small business. For a company to qualify as a small business, the small business standard is $22 million. The USDA in Madison, WI has a requirement for a preventative maintenance plan and service agreement for 2 autoclaves at US Dairy Forage Research Center, Madison, WI in accordance with the specifications listed in the Statement of Work.��This is anticipated to be a Base + Four Option Years contract for a period of 12 months from date of award. Base Period � ��� September 30, 2022-September 29, 2023 Option Year 1 � September 30, 2023-September 29, 2024 Option Year 2 � September 30, 2024-September 29, 2025 Option Year 3 � September 30, 2025-September 29, 2026 Option Year 4 � September 30, 2026-September 29, 2027 This acquisition is for the following item as identified in the Contract Line Item Number (CLIN): CLIN 0001: BASE BID:To purchase a preventative maintenance plan and service agreement for 2 autoclaves at US Dairy Forage Research Center, Madison, WI that meets the technical requirements listed in the Statement of Work. CLIN 1001: OPTION YEAR 1: To purchase a preventative maintenance plan and service agreement for 2 autoclaves at US Dairy Forage Research Center, Madison, WI that meets the technical requirements listed in the Statement of Work. CLIN 2001: OPTION YEAR 2: To purchase a preventative maintenance plan and service agreement for 2 autoclaves at US Dairy Forage Research Center, Madison, WI that meets the technical requirements listed in the Statement of Work. CLIN 3001: OPTION YEAR 3: To purchase a preventative maintenance plan and service agreement for 2 autoclaves at US Dairy Forage Research Center, Madison, WI that meets the technical requirements listed in the Statement of Work. CLIN 4001: OPTION YEAR 4To purchase a preventative maintenance plan and service agreement for 2 autoclaves at US Dairy Forage Research Center, Madison, WI that meets the technical requirements listed in the Statement of Work. The Contractor shall provide all items F.O.B. destination. Service to be provided at 1925 Linden Drive, Madison WI during normal business hours and will be identified in the contract. Offerors responding to this announcement shall submit their Quote in accordance with FAR 52.212-1. The basis for award is Lowest Price Technically Acceptable {LPTA). LPTA means the best value is expected to result 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 and (2) Price and must also have satisfactory Past Performance.� Technical acceptability will be evaluated based on equal salient characteristics. The lowest priced proposal will first be evaluated for technical acceptability in accordance with the minimum specifications identified. If determined not technically acceptable, it will be removed from competition and the next lowest priced proposal will be evaluated for technical acceptability. This will continue until the lowest price proposal is determined technically acceptable. Once the lowest priced proposal is determined technically acceptable, then a determination of responsibility will be completed. If found responsible, evaluations will be closed and award will be made. DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award, Offerors shall provide 1) technical approach; 2) price; and 3) Company's SAM UEI number. REJECTION OF QUOTATION: Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer which will be considered. The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition:� FAR 52.203-6 Restrictions on Subcontractor Sales to the Government; FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements; FAR 52.204-7 System for Award Management; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-16 Commercial and Government Entity Code Reporting; FAR 52.204-17 Ownership or Control of Offeror; FAR 52.204-18 Commercial and Government Entity Code Reporting; FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities; FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment; FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment; FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation; 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 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation-Commercial Items (filled in as follows: Technical and price); FAR 52.212-3 Offeror Representations and Certifications�Commercial Items; 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 52.217-5 Evaluation of Options; FAR 52.217-8 Option to Extend Services; FAR 52.217-9 Option to Extend the Term of the Contract; FAR 2.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.219-28 Post Award Small Business Program Rerepresentation; 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; FAR 52.222-35 Equal Opportunity for Veterans; FAR 52.222-36 Equal Opportunity for Workers with Disabilities; FAR 52.222-37 Employment Reports on Veterans; FAR 52.222-41 Service Contract Labor Standards; FAR 52.222-42 Statement of Equivalent Rates for Federal Hires; FAR 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards�Price Adjustment (Multiple Year and Option Contracts); FAR 52.222-50 Combating Trafficking in Persons; FAR 52.222-55 Minimum Wages Under Executive Order 13658; FAR 52.222-62 Paid Sick Leave Under Executive Order 13706; FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-25 Prohibitions on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran�Reps and Certs; FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management; FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract; 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. NO EXCEPTIONS. A SAM UEI number is required in order to register. All invoices shall be submitted electronically. Questions regarding this solicitation shall be emailed (no phone calls will be accepted) to Melissa Grice, Contract Specialist at melissa.grice@usda.gov no later than 2:00 PM (Central) September 2, 2022. All answers to questions will be posted as an attachment in this solicitation. Furnish quotes no later than 9:00 AM (Central), September 9, 2022 to Melissa Grice, Contract Specialist at melissa.grice@usda.gov . Quotes will only be accepted via email, no phone calls will be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/88a19e7dc08d4021a39839e45dc12e10/view)
 
Place of Performance
Address: Madison, WI 53706, USA
Zip Code: 53706
Country: USA
 
Record
SN06442661-F 20220828/220826230122 (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.