Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 19, 2024 SAM #8179
SOLICITATION NOTICE

J -- Preventative Maintenance and Repair

Notice Date
4/17/2024 3:44:09 PM
 
Notice Type
Solicitation
 
NAICS
811210 —
 
Contracting Office
W6QM MICC-YUMA PROV GRD YUMA PROVING GROUND AZ 85365-9498 USA
 
ZIP Code
85365-9498
 
Solicitation Number
W9124R24Q0003
 
Response Due
4/22/2024 10:00:00 AM
 
Archive Date
05/07/2024
 
Point of Contact
Roxanne Hursey, Phone: 9283285759
 
E-Mail Address
roxanne.hursey.civ@army.mil
(roxanne.hursey.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
1 ��������������������������������������������������������������������������������������������������������������������������������������������������������������������������� 17 April 2024 The solicitation has been amended to extend the solicitation to 22 April 2024 and to make corrections to the Period of Performance, the corrected dates are as follows: Base year: 01 May 2024 � 30 April 2025 Option year 1: 01 May 2025- 30 April 2026 Option year 2: 01 May 2026- 30 April 2027 The United States Army Yuma Proving Ground (USAYPG), Yuma, Arizona is requesting a quote for a Preventative Maintenance and Repair contract for Agilent Technologies Inc. brand equipment. This will result in a nonpersonal contract. The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, and supervision to perform at USAYPG. �This is a combined synopsis/solicitation�for�commercial products�or�commercial services�prepared in accordance with the format in�subpart�12.6, as supplemented with additional information included in this notice using FAR Part 13 Simplified Acquisition Procedures. This Request for Quote (RFQ) will result in a single-award, firm fixed price contract. The North American Industry Classification Systems (NAICS) Code is -811210 Electronic and Precision Equipment Repair and Maintenance, which was considered and selected as it comprises of establishments primarily engaged in repairing and maintaining electronic and precision equipment and scientific instruments. The associated SBA size standard for the referenced NAICS is $34M. DESCRIPTION OF PRODUCT: Equipment Description Serial Number Type of Service 7850 ICP-MS Spectrometer SG23021040 Repair Coverage and One (1) Maintenance visit Recirculating Chiller 2212-00892 Repair Coverage and One (1) Maintenance visit Controller for ICP-MS MXL2164JMM Repair Coverage and One (1) Maintenance visit ASX-520 CETAC Autosampler 071171A520 Repair Coverage and One (1) Maintenance visit RVP MS40-S TAD (Vacuum Pump) IT22525059 Repair Coverage and One (1) Maintenance visit The Period of Performance: Base year: 01 May 2024 � 30 March 2025 Option year 1: 01 May 2025- 30 March 2026 Option year 2: 01 May 2026- 30 March 2027 Offeror must quote on all items to be eligible for award. The following factors shall be used to evaluate offers: Lowest Price Technically Acceptable (LPTA), price is primary and technical capability is secondary where the proposal meets the acceptability standards identified. The quote shall include transportation costs to USAYPG Yuma, Arizona 85365-9498. Arizona vendors are to include Arizona Privilege Tax. Transportation (if applicable) shall be incorporated into your proposed price.� Payment will be made through Wide Area Work Flow (WAWF). Delivery shall be made to USAYPG, AZ 85365-9498 with Freight on Board (FOB) Destination. As a responding vendor you must be actively registered with the System for Award Management (SAM) prior to award of contract. Information to register in SAM can be found at �https://sam.gov/content/home. Incorporated provisions and clauses are those in effect through Federal�Acquisition�Circular FAR 2024-01 effective 14 November 2023 and DFARS Change 10/30/2023 effective date 17 October 2023. If you have any questions, please contact Roxanne Hursey, Contract Specialist, by phone at (928) 328-5759 or by email at roxanne.hursey.civ@army.mil. Please submit your quote by 11:00am Mountain Standard Time (MST) no later than 18 April 2024. Attachments: Attachment 1- Performance Work Statement- includes equipment description.� � � � � � � �� Attachment 2-Clauses and Provisions
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4f0fbf1087b64e61a816e86be9f3584c/view)
 
Place of Performance
Address: Yuma Proving Ground, AZ 85365, USA
Zip Code: 85365
Country: USA
 
Record
SN07033228-F 20240419/240417230057 (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.