Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 05, 2024 SAM #8074
SOLICITATION NOTICE

J -- Preventive and Emergency Maintenance for Laboratory Equipment

Notice Date
1/3/2024 12:45:26 PM
 
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
12505B24Q0050
 
Response Due
1/19/2024 12:00:00 PM
 
Archive Date
02/03/2024
 
Point of Contact
Joshua J. Dobereiner, Phone: 3094033556, Fax: 3096816648
 
E-Mail Address
josh.dobereiner@usda.gov
(josh.dobereiner@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 12505B24Q0050 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 dated 12/04/2023.� This solicitation will be a 100% Total Small Business Set-Aside.� The associated NAICS code is 811210 (Electronic and Precision Equipment Repair and Maintenance), with a small business size standard of $34.0 million. This acquisition is for the following item as identified in the Line Item Number(s): 0001)� Service Agreement Qiagen Qiacube Liquid Handling Workstation � S/N 6329 � BASE YEAR 0002)� Service Agreement Qiagen Qiacube Liquid Handling Workstation � S/N 11728 � BASE YEAR 0003)� Service Agreement Leica EM/UC7 Ultratome � S/N 595059 � BASE YEAR 0004)� Service Agreement Leica ST5020/CV5030 Integrated Workstation � S/N 3297 � BASE YEAR 0005)� Service Agreement Leica ST5020/CV5030 Integrated Workstation � S/N 1662/1407 � BASE YEAR 1001)� Service Agreement Qiagen Qiacube Liquid Handling Workstation � S/N 6329 � OPTION YEAR 1 1002)� Service Agreement Qiagen Qiacube Liquid Handling Workstation � S/N 11728 � OPTION YEAR 1 1003)� Service Agreement Leica EM/UC7 Ultratome � S/N 595059 � OPTION YEAR 1 1004)� Service Agreement Leica ST5020/CV5030 Integrated Workstation � S/N 3297 � OPTION YEAR 1 1005)� Service Agreement Leica ST5020/CV5030 Integrated Workstation � S/N 1662/1407 � OPTION YEAR 1 2001)� Service Agreement Qiagen Qiacube Liquid Handling Workstation � S/N 6329 � OPTION YEAR 2 2002)� Service Agreement Qiagen Qiacube Liquid Handling Workstation � S/N 11728 � OPTION YEAR 2 2003)� Service Agreement Leica EM/UC7 Ultratome � S/N 595059 � OPTION YEAR 2 2004)� Service Agreement Leica ST5020/CV5030 Integrated Workstation � S/N 3297 � OPTION YEAR 2 2005)� Service Agreement Leica ST5020/CV5030 Integrated Workstation � S/N 1662/1407 � OPTION YEAR 2 3001)� Service Agreement Qiagen Qiacube Liquid Handling Workstation � S/N 6329 � OPTION YEAR 3 3002)� Service Agreement Qiagen Qiacube Liquid Handling Workstation � S/N 11728 � OPTION YEAR 3 3003)� Service Agreement Leica EM/UC7 Ultratome � S/N 595059 � OPTION YEAR 3 3004)� Service Agreement Leica ST5020/CV5030 Integrated Workstation � S/N 3297 � OPTION YEAR 3 3005)� Service Agreement Leica ST5020/CV5030 Integrated Workstation � S/N 1662/1407 � OPTION YEAR 3 4001)� Service Agreement Qiagen Qiacube Liquid Handling Workstation � S/N 6329 � OPTION YEAR 4 4002)� Service Agreement Qiagen Qiacube Liquid Handling Workstation � S/N 11728 � OPTION YEAR 4 4003)� Service Agreement Leica EM/UC7 Ultratome � S/N 595059 � OPTION YEAR 4 4004)� Service Agreement Leica ST5020/CV5030 Integrated Workstation � S/N 3297 � OPTION YEAR 4 4005)� Service Agreement Leica ST5020/CV5030 Integrated Workstation � S/N 1662/1407 � OPTION YEAR 4 Specifications: �See attached Statement of Work. The Contractor shall provide all items F.O.B. destination.� Location of the Government site is aboard USDA ARS Ames, Iowa 50010 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) Technical Capability (OEM factory trained technicians and OEM replacement parts) and (2) Price. All responses shall be submitted electronically to josh.dobereiner@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 Capability and (2) Price (to include shipping) and must also have satisfactory Past Performance.� The lowest priced quote will first be evaluated for technical acceptability in accordance with the minimum specifications identified.� 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 price 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:� Services will be inspected and accepted at destination.� Period of performance is: Base Year:���������� 02/03/2024-02/02/2025 Option Year 1:�� 02/03/2025-02/02/2026 Option Year 2:�� 02/03/2026-02/02/2027 Option Year 3:�� 02/03/2027-02/02/2028 Option Year 4:�� 02/03/2028-02/02/2029 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 2:00 PM Central Standard Time (CST) on January 19, 2024.� Questions in regards to this combined synopsis/solicitation are due no later than 2:00 PM CST on January 10, 2024.� 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/f697b12426004407af6a7b4280189219/view)
 
Place of Performance
Address: Ames, IA 50010, USA
Zip Code: 50010
Country: USA
 
Record
SN06925553-F 20240105/240103230042 (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.