Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 14, 2023 SAM #7961
SOLICITATION NOTICE

J -- Preventative Maintenance and Emergency Repair Services for an ARES G2 Rheometer

Notice Date
9/12/2023 7:35:57 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811210 —
 
Contracting Office
USDA ARS MWA AAO ACQ/PER PROP PEORIA IL 61604 USA
 
ZIP Code
61604
 
Solicitation Number
12505B23Q0367
 
Response Due
9/19/2023 9:59:00 PM
 
Archive Date
10/04/2023
 
Point of Contact
Aaron Dimeo
 
E-Mail Address
aaron.dimeo@usda.gov
(aaron.dimeo@usda.gov)
 
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; quotes are being requested and a written solicitation will not be issued. Solicitation number 12505B23Q0367 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-05. The associated NAICS is 811210 - Electronic and Precision Equipment Repair and Maintenance, with a small business size standard of less than $34.0 Million and the PSC is J066. This solicitation is unrestricted (�Full and Open�). The United States Department of Agriculture, Agricultural Research Service (USDA-ARS) has need of the following service(s): Preventative Maintenance and Emergency Repair Services for an ARES G2 Rheometer Scope of Work: The United States Department of Agriculture, Agricultural Research Services (USDA-ARS) Midwest Area (MWA) Administrative Office's Acquisitions & Personal Property/Fleet Team on behalf of the USDA-ARS National Center for Agricultural Utilization Research (NCAUR) located at 1815 North University Street, Peoria, IL 61604 is requesting quotes for preventative maintenance and emergency repair services for an ARES G2 Rheometer. Technical Requirements: Contractor will provide service to repair our ARES G2 rheometer (SN: 4010-0299) onsite at NCAUR until the instrument is fully functional for the duration of the service contract. Contractor will provide: Preventative maintenance Motor repair Transducer repair Any problems resulting in downtime of ARES G2 rheometer must be repaired onsite by service contractor until rheometer is fully functional again. Key Deliverables: Base Term: Preventative Maintenance and Emergency Repair Services for an ARES G2 Rheometer (SN: 4010-0299); September 30, 2023 � September 29, 2024. Option Year 1: Preventative Maintenance and Emergency Repair Services for an ARES G2 Rheometer (SN: 4010-0299); September 30, 2024 � September 29, 2025. Option Year 2: Preventative Maintenance and Emergency Repair Services for an ARES G2 Rheometer (SN: 4010-0299); September 30, 2025 � September 29, 2026. Option Year 3: Preventative Maintenance and Emergency Repair Services for an ARES G2 Rheometer (SN: 4010-0299); September 30, 2026 � September 29, 2027. Option Year 4: Preventative Maintenance and Emergency Repair Services for an ARES G2 Rheometer (SN: 4010-0299); September 30, 2027 � September 29, 2028. Travel: Travel to the instrument location, 1815 North University Street, Peoria, IL 61604, will be covered by provider and included in the service contract. Evaluation Factors: Pursuant to FAR 52.212-2, the criteria for evaluation and basis for award will be Lowest Price, Technically Acceptable (LPTA). Technical acceptable is define as meeting ALL of the technical requirements identified on the Statement of Work and reiterated in the solicitation description. The Government intends to make one Firm-Fixed Price award based on the lowest price technically acceptable (LPTA) quote received. ""LPTA"" means the best value is expected to result from selection of the technically acceptable quote with the lowest evaluated price. The lowest priced quote will be evaluated first; if NOT found technically acceptable, the next lowest priced quote will be evaluated, and so on until a technically acceptable quote is identified. The Government will NOT review higher priced quotes if the lowest (or a lower) priced quote is determined to be technically acceptable. Submitting a Quote: Failure to demonstrate compliance with all instructions may constitute sufficient cause to reject a quote without further discussions. All responsible sources may submit a quote which will be put into considered for award. Vendors responding to this announcement are to submit their quote in accordance with FAR 52.212-1. The applicable FAR/AGAR clauses and provisions are included in the attachments to this solicitation. The Government anticipates making one Firm-Fixed Price award. Vendors responding to this announcement shall submit their quote�along with all other requested and required documentation (such as completed FAR/AGAR clauses and provisions) that are to be included as part of all offeror�s responses. The quote should include any and all fees, charges, and/or surcharges. This will be a tax-exempt purchase. The solicitation attachments include a fillable PDF, additional information, FAR/AGAR clauses, a Statement of Work (SOW), a Quality Assurance Surveillance Plan (QASP), Wage Rates, and FAR/AGAR provisions. Be sure to read and review ALL of the attachments and to complete any and ALL additional documentation required as part of your quote submission. Of critical importance is to review the SOW as it contains the requirements for this acquisition. The FAR/AGAR clauses and provisions constitute the terms and conditions for submitting a quote in response to the solicitation as well as the terms and conditions of the anticipated award. The FAR/AGAR provisions apply to the solicitation and submission of quotes. The FAR/AGAR clauses apply to the solicitation and submission of quotes as well as to the resulting award. The FAR/AGAR clauses will be included as part of the resulting award. Please review ALL of the FAR/AGAR clauses and provisions included in the attachments. The FAR clauses 52.212-4 and 52.212-5 as well as the FAR provisions FAR 52.212-1 and FAR 52.212-2 are applicable to this solicitation. The clauses listed under FAR 52.212-5(a) are applicable to all solicitations. The clauses marked with an X under FAR 52.212-5(b) and (c) are applicable to this solicitation. The evaluation criteria of FAR 52.212-2 is outlined in �Evaluation Factors�. It is strongly advised that a completed copy of the FAR provision FAR 52.212-3 be included with the submission of all quotes (especially if the applicable NAICS or a NAICS with the same or lower small business threshold is not included in a vendor�s SAM registration). A copy of FAR 52.212-3 is provided in the attachments.� Please ensure your quote will be current and that the price quoted will NOT expire for a minimum of 30 days or until September 30, 2023. To be eligible to be put into consideration for award, ALL vendors who respond to this solicitation must be registered in the System for Award Management (SAM) with a current and active registration at the time their quote is submitted. A vendor can contact SAM by calling 1-866-606-8220. NO EXCEPTIONS. A Unique Entity Identifier (UEI) number is required in order to register. Vendors must also include their UEI# on their quote. Vendors should also include their SAM status as well as the business size and socio-economic status(es) for the applicable NAICS code. Also, be certain all quotes included your full legal name, physical address, individual unit prices for all items quoted, the total quoted price, an estimated time to delivery or completion, the quote submission date, the quote expiration date, and all other relevant information. The submission and payment of invoices on the resulting award will be made through the Invoice Processing Platform (IPP). As such, vendors must be currently registered or register in IPP in order to be able to submit and receive payment on invoices for the resulting award. Questions in regards to this combined synopsis/solicitation must be submitted through email to aaron.dimeo@usda.gov (NO calls with questions will be accepted) and are due by NO later than�Friday, September 15, 2023 at 11:59 AM�Central Time (CT). Answers to any questions received by that time will be�posted as an amendment to this combined synopsis/solicitation. No questions will be answered after this date unless determined to be in the best interest of the Government. Only electronic submissions made via email will be accepted (NO verbal quotes made by phone call, quotes submitted by USPS mail, or quotes submitted in the body of an email). Please email all quotes in writing with ALL requested and required documentation to�aaron.dimeo@usda.gov by NO later than�Tuesday, September 19, 2023 at 11:59 PM�Central Time (CT). NOTE: Be absolutely certain to reference the solicitation number �12505B23Q0367� and/or title of the solicitation �Preventative Maintenance and Emergency Repair Services for an ARES G2 Rheometer� in the subject, body, and/or attachments on your quote submission email to ensure your submission can be located and attributed to this solicitation. Failure to do so may result in your submission being deemed �unresponsive� and as a result your quote may NOT be put into consideration for award (as your quote may NOT be located when searching the recipients email to ensure all responses to the solicitation have been logged before making an award determination).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/32ee75c111f3471cb563ff3e99a4c588/view)
 
Place of Performance
Address: Peoria, IL 61604, USA
Zip Code: 61604
Country: USA
 
Record
SN06827698-F 20230914/230912230103 (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.