SOURCES SOUGHT
99 -- Preventative Maintenance/Repair Services, Steris Equipment
- Notice Date
- 11/1/2022 6:01:13 AM
- Notice Type
- Sources Sought
- NAICS
- 811210
—
- Contracting Office
- USDA ARS SEA AAO ACQ/PER PROP STONEVILLE MS 38776 USA
- ZIP Code
- 38776
- Solicitation Number
- 12405B23Q0008
- Response Due
- 11/4/2022 7:00:00 AM
- Point of Contact
- Osvaldo J Rodriguez
- E-Mail Address
-
osvaldo.rodriguez@usda.gov
(osvaldo.rodriguez@usda.gov)
- Description
- The sole intent of this Sources Sought Notice is to obtain capabilities for set-aside and procurement planning purposes. The North American Industry Classification System (NAICS) code for the proposed acquisition is 811210 - Electronic and Precision Equipment Repair and Maintenance, with a small business size standard of $30M. This is not an invitation for bid, request for proposal, or other solicitation, and in no way obligates the United States Department of Agriculture, Agricultural Research Service (ARS) to award a contract. BACKGROUND: The ARS Southeast Poultry Research Lab, Athens, GA has a requirement for preventative maintenance and repair services on existing biodecontamination equipment. This acquisition is NOT for a purchase of new equipment. The existing equipment currently in use include (1) Steris VHP Victory unit, (1) Steris VHP AR1200 Unit, and (1) Steris VHP 1000ED unit. To ensure equipment is at optimal productivity to meet research needs, the work effort will include: Scheduled quarterly inspections, total annual inspections per piece of equipment: 4 Scheduled and unscheduled repairs Preventative maintenance and repairs must meet OEM maintenance and safety standards. Service technicians must be OEM factory certified. Priority Technical Support service with unlimited calls to a service hotline. INSTRUCTION FOR SUBMISSION: Please provide the follow Business information: 1. DUNS Number 2. Company Name 3. Company Address. 4. Company Point of Contact, phone number and email address 5. Type of company under NAICS, as validated via the System for Award Management (SAM). Additional information on NAICS codes can be found at www.sba.gov. Any potential government contract shall be registered on the SAM located at http://www.sam.gov/index.asp. 6. Corporate structure (corporation, LLC, sole proprietorship, partnership, limited liability partnership, professional corporation, etc.); 7. Current GSA Schedules appropriate to this Sources Sought 8. Current Government Wide Agency Contracts (GWACs) 9. Point of Contact, phone number and email address of individuals who can verify the demonstrated capabilities identified in the responses Electronic files should be in Microsoft Office Word or PDF format. All information should be UNCLASSIFIED material only. Any proprietary information must be marked as such, the RFI information should not exceed a total of 10 one-sided 8 1/2x11 pages, with one-inch margins, and font no smaller than 12 point. Interested parties having the capabilities necessary to provide the stated requirements may submit capability statements via email to osvaldo.rodriguez@usda.gov no later than November 4, 2022, 10:00 AM ET. Capability statements will not be returned and will not be accepted after the due date.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c0d6958b9b1342bba34766073162a2f7/view)
- Place of Performance
- Address: Athens, GA, USA
- Country: USA
- Country: USA
- Record
- SN06507517-F 20221103/221101230059 (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 |