Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 21, 2023 SAM #7845
SOLICITATION NOTICE

J -- Service contract for the Agilent UHPLC Infinity II 1290 LC Extended System

Notice Date
5/19/2023 7:26:19 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811210 —
 
Contracting Office
W2R2 USA ENGR R AND D CTR VICKSBURG MS 39180-6199 USA
 
ZIP Code
39180-6199
 
Solicitation Number
W912HZ23N8577
 
Response Due
5/19/2023 3:00:00 PM
 
Archive Date
06/03/2023
 
Point of Contact
Amanda Andrews, Phone: 6016345249
 
E-Mail Address
amanda.andrews@usace.army.mil
(amanda.andrews@usace.army.mil)
 
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 and quotes are being requested. A written solicitation will not be issued. Requisition Number W912HZ23N8577 is being issued as a request for quote (RFQ) with intent to award as a single contract. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2023-02. This requirement is 100% set aside for small business concerns under North American Industry Classification System (NAICS) 811210 with a Small Business Size Standard of $22.5 million. The US Army Corps of Engineers, Engineer Research and Development Center (ERDC) 3909 Halls Ferry Road, Vicksburg MS 39180-6199 has a requirement for a service contract for the Agilent UHPLC Infinity II 1290 LC Extended System. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Agilent UHPLC Infinity II 1290 LC Extended System Base Year������������ Serial Number����� Description DEBAD01593����� 1290 Infinity II Valve Drive DEW0401385����� Intelligent System Emulation Technology DEBA900149����� 1290 Infinity II Vialsampler DEBA800113����� Integrated Column Compartment DEBAW00383���� 1290 Infinity II Diode Array Detector GB15380009������ 1290 Infinity II ELSD DEBAX00405����� 1290 Infinity II Flexible Pump �1 �Job 1001 Agilent UHPLC Infinity II 1290 LC Extended System Option Year 1���� Serial Number����� Description DEBAD01593����� 1290 Infinity II Valve Drive DEW0401385����� Intelligent System Emulation Technology DEBA900149����� 1290 Infinity II Vialsampler DEBA800113����� Integrated Column Compartment DEBAW00383���� 1290 Infinity II Diode Array Detector GB15380009������ 1290 Infinity II ELSD DEBAX00405����� 1290 Infinity II Flexible Pump �1 Job� 2001 Agilent UHPLC Infinity II 1290 LC Extended System Option Year 2���� Serial Number����� Description DEBAD01593����� 1290 Infinity II Valve Drive DEW0401385����� Intelligent System Emulation Technology DEBA900149����� 1290 Infinity II Vialsampler DEBA800113����� Integrated Column Compartment DEBAW00383���� 1290 Infinity II Diode Array Detector GB15380009������ 1290 Infinity II ELSD DEBAX00405����� 1290 Infinity II Flexible Pump �1 �Job 3001 Agilent UHPLC Infinity II 1290 LC Extended System Option Year 3���� Serial Number����� Description DEBAD01593����� 1290 Infinity II Valve Drive DEW0401385����� Intelligent System Emulation Technology DEBA900149����� 1290 Infinity II Vialsampler DEBA800113����� Integrated Column Compartment DEBAW00383���� 1290 Infinity II Diode Array Detector GB15380009������ 1290 Infinity II ELSD DEBAX00405����� 1290 Infinity II Flexible Pump �1 �Job 4001 Agilent UHPLC Infinity II 1290 LC Extended System Option Year 4���� Serial Number����� Description DEBAD01593����� 1290 Infinity II Valve Drive DEW0401385����� Intelligent System Emulation Technology DEBA900149����� 1290 Infinity II Vialsampler DEBA800113����� Integrated Column Compartment DEBAW00383���� 1290 Infinity II Diode Array Detector GB15380009������ 1290 Infinity II ELSD DEBAX00405����� 1290 Infinity II Flexible Pump �1 �Job Contract will be for a base period of performance of 12 months with 4 � 12 month option periods. A service contract for the Agilent Ultra High-Performance Liquid Chromatography (UHPLC) Infinity II 1290 LC Extended System is needed for continued operation of the instrument.� This is a patented instrument and only an Agilent Technologies certified company capable of support, maintenance, or upgrades to ensure manufacturing specifications are maintained is required. This service contract should include labor, travel costs, OEM parts (including consumables and supplies), unlimited on-site hardware troubleshooting and repair, one preventive maintenance visit, software and hardware updates, and priority on-site response time. All service shall be performed by an Agilent Technologies certified technician.� Parts to be covered under this contract are listed in the table above. Any deliveries will be made to: Engineer Research and Development Center (ERDC) 3909 Halls Ferry Road Vicksburg, MS 39180 Prices must include any shipping, FOB Destination. This award will be made based on lowest price technically acceptable with the standard being meets all requirements. FAR Provision 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition. FAR Provision 52.212-2, Evaluation - Commercial Items, applies to this acquisition. Offerors must include a completed copy of FAR Provision 52.212-3 Alt I, Offeror Representations and Certifications Commercial Items, with its offer. FAR Clause 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition.� Supplement to FAR 52.212-5:� The following FAR clauses are applicable to this acquisition:� 52.222-3, 52.219-6, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-37, 52.225-13 and 52.232-33. FAR Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2011) Supplement to FAR 252.212-7001:� The following FAR clauses are applicable to this acquisition: 252.225-7001, 252.232-7003. FAR Clause 52.204-7, Central Contractor Registration FAR Clause 52.204-99, System for Award Management Registration FAR Clause 52.247-34, F.O.B. Destination The following additional FAR clauses and provisions are incorporated by reference and apply to this combined synopsis/solicitation:� 52.204-13 System For Award Management Maintenance; 52.204-19 Incorporation By Reference Of Representation And Certifications; 52.219-4 Notice Of Price Evaluation Preference For HUBZone Small Business Concerns; 52.222-50 Combating Trafficking In Persons; 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving; 52.225-25 Prohibition On Engaging In Sanctioned Activities Relating To Iran-Certification; 52.233-3 Protest after Award; 52.233-4 Applicable Law For Breach Of Contract Claim; 252.203-7000 Requirements Relating To Compensation Of Former DoD Officials; 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights; 252.203-7005 Representation Relating To Compensation Of Former DoD Officials; 252.204-7003 Control Of Government Personnel Work Product; 252.204-7012 Safeguarding Of Unclassified Controlled Technical Information; 252.209-7999 Representation By Corporations Regarding An Unpaid Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law (Deviation 2012-O0004); 252.225-7002 Qualifying Country Sources as Subcontractors; 252.225-7048 Export-Controlled Items; 252.232-7010 Levies On Contract Payments; 252.247-7023 Transportation Of Supplies By Sea� The following additional FAR clauses and provisions are incorporated by full text and apply to this combined synopsis/solicitation: 52.219-28 Post-Award Small Business Program Re-representation; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.252-2 Clauses Incorporated by Reference; 52.252-5 Authorized Deviations In Provisions; 52.252-6 Authorized Deviations In Clauses; 252.204-7011 Alternative Line-Item Structure; 252.211-7003 Item Identification And Valuation Questions must be received no later than May 16, 2023 at 10:00AM Central Standard Time.� All question must be sent to Amanda Andrews via email Amanda.Andrews@usace.army.mil. Quotes are due 19 May 2023 by 5:00 PM (Central Time Zone): �Quotes will be accepted by email only to: Amanda.Andrews@usace.army.mil. For information concerning this solicitation contact Amanda Andrews via email at the above email address. The Government intends to award�without discussions IAW FAR 52.215-1; however, the Government reserves the right to open and conduct discussions if it deems them to be necessary. Therefore, Offerors are advised to submit proposals that are fully and clearly acceptable without additional information.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/66fb563b01bc4e4ca5e542dca3a234b4/view)
 
Record
SN06688621-F 20230521/230519230109 (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.