Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 09, 2015 FBO #4914
SOLICITATION NOTICE

J -- Maintenance/Repairs Autoclaves - Statement of Work

Notice Date
5/7/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Agriculture, Food Safety and Inspection Service, Procurement Management Branch, 5601 Sunnyside Avenue, Mail drop 5230, Beltsville, Maryland, 20705, United States
 
ZIP Code
20705
 
Solicitation Number
AG-3A94-S-15-0046
 
Archive Date
5/28/2015
 
Point of Contact
Paul Merritt, Phone: 3015040003
 
E-Mail Address
Paul.Merritt@fsis.usda.gov
(Paul.Merritt@fsis.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work USDA, Food Safety and Inspection Service (FSIS) has a requirement for repair/maintenance required for the Steris Sterilizers. The services shall meet the requirements stated in the attached Statement of Work. This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, which is issued as a Request for Proposal (RFP); quotes are being requested and a written solicitation will not be issued. The Government intends to acquire a commercial item using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. The NAICS Code for this procurement is 811219/$20.5M Size Standard respectively. The offeror shall state in their offer their size status for this procurement. The contractor must bid on all items. All responsible sources may submit an offer which shall be considered by the agency. Maintenance is to be performed at zip codes 63120, 30605, and 94501. The period of performance will start one day after the contract award. Proposals for services described are due by May 13, 2015, no later than 2:00 PM Eastern Standard Time to Paul.Merritt@fsis.usda.gov. Proposals shall be a maximum of 10 pages. Offerors shall provide the information required by FAR 52.212-1 (APRIL 2014), Instructions to Offerors-Commercial, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (MAY 2014), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUNE 2014), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: FAR 52.219-6, FAR 52.222-3, FAR 52.222-19, FAR 52.222-21, FAR 52.222-26, FAR 52.222-36, FAR 52.225-1, FAR 52.225-13, and FAR 52.232-33. The FAR may be obtained via the Internet at http://www.acqnet.gov/far. All contractual and technical questions must be in writing (e-mail preferred) to Paul Merritt no later than May 11, 2015. Telephone questions will not be accepted. Selection and award will be made to the lowest priced, technically acceptable offeror, with acceptable past performance. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement. If offerors are not registered via the ORCA website at http://orca.bpn.gov, offerors shall complete and return a copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items (MAY 2014) with their offer. These representations and certifications will be incorporated by reference in any resultant contract. It is the offeror's responsibility to monitor the internet site for the release of solicitation amendments (if any).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FSIS/AAS/AG-3A94-S-15-0046/listing.html)
 
Place of Performance
Address: See Statement of Work, United States
 
Record
SN03724391-W 20150509/150507235640-4a9befb133c9a6def6bab85119db11a4 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.