Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 15, 2023 SAM #8023
SOLICITATION NOTICE

J -- Service maintenance contract for a a Thermo iCAP 6300 Duo View ICP-OES Spectrometer

Notice Date
11/13/2023 11:39:51 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
USDA ARS MWA AAO ACQ/PER PROP PEORIA IL 61604 USA
 
ZIP Code
61604
 
Solicitation Number
12505B24Q0006
 
Response Due
11/21/2023 12:00:00 PM
 
Archive Date
12/06/2023
 
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 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 12505B24Q0006 is issued as a request for quote (RFQ).� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-06.� This solicitation will be a 100% Total Small Business Set-Aside.� The associated NAICS code is 811310 (Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance), with a small business size standard of $12.5 million. The USDA-Application Technology Research Unit has a requirement to award a Base Year with Four Option Years service maintenance contract for a a Thermo iCAP 6300 Duo View ICP-OES Spectrometer. The successful Contractor shall be responsible for furnishing personnel, materials, equipment and facilities necessary to accomplish all things necessary for, or incidental to, the performance of the work set forth herein. This is anticipated to be a Five-year contract with prices established for each year. �For purposes of evaluating quotes in response to this solicitation, pricing of the base year and four option years will determine the lowest price. This acquisition is for the following item as identified in the Contract Line Item Number (CLIN): 0001)� Base Year: Service contract - ICP with Autosampler; Period of Performance: �12/1/2023-11/30/2024 1001)� OPTION Year 1: Service contract - ICP with Autosampler; Period of Performance:� 12/1/2024-11/30/2025 2001)� OPTION Year 2: Service contract - ICP with Autosampler; Period of Performance:� 12/1/2025-11/30/2026 3001) OPTION Year 3: Service contract - ICP with Autosampler; Period of Performance:� 12/1/2026-11/30/2027 4001) OPTION Year 4: Service contract - ICP with Autosampler; Period of Performance:� 12/1/2027-11/30/2028 Specifications:� See attached Statement of Work document. The Contractor shall provide all items F.O.B. destination.� Location of the Government site is aboard USDA-Application Technology Research Unit 4277 Wolfe Hall, Toledo, OH 43606 and will be identified in the contract.� The Government anticipates award of a Firm Fixed Price contract. Quoters responding to this announcement shall submit their quote in accordance with FAR 52.212-1.� Submission of quote shall include the following:� (1) Confirmation the Statement of Work requirements can be met and (2) Price (to include shipping). All responses shall be submitted electronically to melissa.grice@usda.gov. 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 quote with the lowest evaluated price.� Pursuant to FAR 52.212-2, the criteria for evaluation are:� (1) Technical (per requirements in the Specifications document) and (2) Price (to include shipping) and must also have satisfactory Past Performance.� The lowest priced quote will be evaluated first for technical acceptability in accordance with the specifications listed in the specifications document. If determined not technically acceptable, it will be removed from competition and the next lowest priced quote will be evaluated for technical acceptability. This will continue until the lowest priced quote is determined technically acceptable. Once the lowest priced quote is determined technically acceptable, then a determination of responsibility will be completed.� If found responsible, evaluations will be closed and award will be made. INSPECTON AND ACCEPTANCE TERMS:� Supplies will be inspected by the technical representative and accepted at destination.� See attached Clauses and Provisions document for the Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses that apply to this acquisition. 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.� All invoices shall be submitted electronically. Quotes must be received no later than 2:00PM Central Standard Time (CST) on November 21, 2023. Questions in regards to this combined synopsis/solicitation are due no later than 2:00 PM CST on November 14, 2023.� Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2d9aef61f3be4654a0914a34e679f73e/view)
 
Place of Performance
Address: Toledo, OH 43606, USA
Zip Code: 43606
Country: USA
 
Record
SN06883144-F 20231115/231113230038 (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.