Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 19, 2022 SAM #7628
SOURCES SOUGHT

J -- Sources Sought - LECO Pegasus 4D HT GC/MS OEM contract (Ames)

Notice Date
10/17/2022 9:13:13 AM
 
Notice Type
Sources Sought
 
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
1082187
 
Response Due
10/27/2022 12:00:00 PM
 
Archive Date
10/28/2022
 
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
A market survey is being conducted to determine if there are adequate Small Business, SBA certified 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, Request for Quote, or Invitation for Bid. 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 requests responses from ALL socioeconomic categories in order to gain a more complete understanding of the market for these products and service. The National Laboratory for Agriculture and the Environment (NLAE) shall procure OEM trained service technician to troubleshoot and complete onsite repairs of the existing LECO Pegasus 4D HT GC/MS that has a problem with preamp and detector failure not able to properly tune instrument.� Any repairs completed must be with OEM authorized parts. Work shall be performed in accordance with the specifications listed in the Statement of Work. The NAICS code applicable to this acquisition is 811219 (Other Electronic and Precision Equipment Repair and Maintenance) with a size standard of $22 million. The PSC 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. Contract requirements include: An OEM trained and certified engineer is required onsite to troubleshoot and perform repairs so that the instrument will operate within OEM specifications. �Following repair, the unit is expected to be within full operating specifications. Task requirements might include, but are not limited to the following:� a new preamp and detector.� It is possible once the contractor begins to replace items that further parts and labor time might be required. � It is also possible that not all the supplies listed will be needed. They have set an initial labor time of 8 hours and an hour�s worth of travel.� Only OEM authorized replacement parts will be used in repair of this unit. Following repair, the unit must be operating within OEM specifications.� The OEM trained technician must have complete working knowledge of the Pegasus 4D HT and the software. ��The contractor will conduct repairs independently without government supervision.�� The repair shall be completed in steps evaluating the effectiveness of each new part before moving on the other parts. The Contractor shall provide all items F.O.B. destination to USDA-NLAE, 1015 N. University Blvd, Ames, IA 50011 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. In addition to the Capabilities Statement, companies should complete the attached Sources Sought Response Form and 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 SAM UEI 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 UEI# on their capability statements. To be eligible, all vendors must also be registered in SAM under the specific NAICS code listed as part of this sources sought. If a prospective vendor is not registered under the specified NAICS code and would qualify to be registered under it then they must update their SAM registration prior to providing a capabilities statement. Finally, to be eligible, all vendors must be NDAA 889 Certified. If they do not currently have a NDAA 889 Certification, then they must complete the attached NDAA 889 Certification form and submit it to melissa.grice@usda.gov so that they can be added to the list of NDAA 889 Certified vendors. Submitting a Capability Statements: Responses should be submitted via email by Thursday, October 27, 2022 at 2:00 p.m. (Central Time). Telephone inquiries will not be accepted. Questions should be directed to Melissa Grice at melissa.grice@usda.gov. 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://sam.gov/opp/341a6c45c6d04842b58265903c390fa5/view)
 
Place of Performance
Address: Ames, IA 50010, USA
Zip Code: 50010
Country: USA
 
Record
SN06495366-F 20221019/221017230053 (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.