Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 29, 2021 SAM #7119
SOLICITATION NOTICE

J -- Service - Maintenance Contract for ABI7500 RT-PCR Seq. System

Notice Date
5/27/2021 10:07:59 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
USDA ARS NEA AAO ACQ/PER PROP BELTSVILLE MD 20705 USA
 
ZIP Code
20705
 
Solicitation Number
1033177RFPOPNY
 
Response Due
6/7/2021 6:00:00 AM
 
Archive Date
06/22/2021
 
Point of Contact
Claire Anderson, Phone: 3015040811, Dreux Johnson, Phone: 3015043529
 
E-Mail Address
claire.anderson@usda.gov, dreux.johnson@usda.gov
(claire.anderson@usda.gov, dreux.johnson@usda.gov)
 
Description
Notice Type: Combined Synopsis Solicitation SYNOPSIS: ������� The United States Department of Agriculture (USDA), Agricultural Research Service (ARS), Plum Island Animal Disease Center (PIADC) located off Orient Point, NY requires On-Site Preventive Maintenance Service Plan for three (3) of their ABI7500(s) laboratory instruments. The Foreign Animal Disease Research Unit (FADRU) performs research on zoonotic diseases effecting swine and cows.� The unit is actively engaged in a number of foot-and-mouth vaccine developments and other research activities designed to support the USDA, ARS mission to protect the US animal health.� This research requires the equipment remain operational for a number of ongoing, mission-critical research projects and requiring the instruments to undergo periodic preventative maintenance.� All equipment is currently covered on a maintenance service plan and is in good working condition at this time. PURPOSE AND OBJECTIVES: The primary objective of issuing this Combined Synopsis Solicitation to seek information from vendors with the capability of providing the maintenance service for ABI7500 Instruments per the specifications below and on Attachment 1. The vendor will be required to service and repair the equipment using Original Equipment Manufacturer (OEM) or OEM certified remanufactured parts and specifications. SPECIFICATIONS AND REQUIREMENTS: One (1) Preventive Maintenance (PM) in accordance with OEM specifications Corrective repair at instrument location including: Unlimited emergency visits with maximum 48-hour on-site response service due to the potential for loss of critical research materials OEM Parts or OEM certified remanufactured parts Parts Shipping, Labor and Travel Fees included for PM and Emergency visits Spectral Dye Calibration during the PM to adjust software for correct data output. Includes: Dyes; Certification documentation; Certificate of Calibration Remote Monitoring and Dx Service, for notification of instrument failures or errors that are reported by AB's Remote Monitoring software. Telephone technical support for covered service events. DESCRIPTION OF SERVICES����� ���������� QTY�� UNIT� � � � � � � � � �PRICE�� �������� �� PRICE Preventive Maintenance Service for� � � � � 12������� MOS �������������� $______��������������������� $_____ ABI7500 RT-PCR System, Serial No. 275005369. Preventive Maintenance Service for ����������12������� MOS �������������� $______��������������������� $_____ ABI7500 RT-PCR System, Serial No. 275006468. Preventive Maintenance Service for������������12������� MOS �������������� $______��������������������� $_____ ABI7500 RT-PCR System, Serial No. 275009869. PERIOD of PERFORMANCE One Base Year beginning September 14,2021 through September 13, 2022 Option Year 1 � beginning September 14, 2022 through September 13, 2023 NAICS: 811219 PSC: J066 NOTE TO OFFERS: This is a Combined Synopsis/Solicitation for Commercial Items prepared in accordance with the format in Far Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented. Additional information included in this notice is in accordance with procurement procedures of Far 13, Simplified Acquisition Procedures. This announcement constitutes the only solicitation. If you are an interested vendor, please provide the following information: 1.) Business name and point of contact; 2.) DUNS number and CAGE code; 3.) Business size; 4.) GSA Schedule number (if any); and 5.) A brief Statement of Capability (no more than three pages), which demonstrates the ability to meet the specialized work requirements above. In addition, include any past performance information on contracts of similar size and scope. Clauses/Provisions Incorporated by reference: This requirement incorporates one or more clauses by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The full text of a clauses of the Federal Acquisition Register (FAR) may be accessed at the following address: https://www.acquisition.gov/browse/index/far. 52.204-7 - System for Award Management (OCT 2018) 52.204-13 - System for System for Award Management Maintenance (OCT 2018) 52.204-16 - Commercial and Government Entity Code Reporting (JULY 2016) 52.209-2 - Prohibition on Contracting with Inverted Domestic Corporations - Representation (NOV 2015) 52.212-1 - Instructions to Offerors Commercial Items (JUNE 2020) 52.212-3 - Offeror Representations and Certifications-Commercial Item (OCT 2014) 52.212-4 - Contract Terms and Conditions-Commercial Items (OCT 2018) 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2021) 52.223-1 - Bio-Based Product Certification (MAY 2012) 52.232-39 - Unenforceability of Unauthorized Obligations (JUNE 2013) 52.232-40 - Providing Accelerated Payments to Small Business Sub� contractors (DEC 2013) 52.237-2 - Protection of Government Buildings, Equipment and Vegetation (APR 1984) EVALUATION and BASIS FOR AWARD Lowest Price Technically Acceptable (LPTA) Electronic responses are mandatory. Information provided will not be used as a part of any subsequent solicitation requirement. Interested vendors who submit data are responsible for appropriately marking information if it is proprietary in nature. A determination by the Government not to award this proposed contract action, based on this notice, is solely within the discretion of the Government. Responses are due: June 4, 2021 9:00am EST. Please email all responses to: Claire Anderson, Purchasing Agent: Claire.Anderson@usda.gov Contracting Office: U.S. Dept of Agriculture Beltsville Agricultural Research Center (BARC) 10300 Baltimore Ave, Beltsville, MD 20705 Wk: (301) 504-0811 claire.anderson@usda.gov Agricultural Research Service, Administrative and Financial Management NEA Area Administrative Office, Acquisitions & Personal Property/Fleet -End-
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b804c45abce14eb6bbebff432b721cc2/view)
 
Place of Performance
Address: Orient, NY 11957, USA
Zip Code: 11957
Country: USA
 
Record
SN06014914-F 20210529/210527230109 (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.