Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 11, 2021 SAM #7162
SOLICITATION NOTICE

J -- Service and Preventative Maintenance, Thermo Fisher Gallery Instrument

Notice Date
7/9/2021 12:03:55 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
USDA ARS MWA AAO ACQ/PER PROP PEORIA IL 61604 USA
 
ZIP Code
61604
 
Solicitation Number
12505B21Q0131
 
Response Due
7/20/2021 1:00:00 PM
 
Archive Date
08/04/2021
 
Point of Contact
Kristen Turner
 
E-Mail Address
kristen.turner@usda.gov
(kristen.turner@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 FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation No. 12505B21Q0131 is being issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-05. The NAICS code applicable to this acquisition is 811219 (Other Electronic and Precision Equipment Repair and Maintenance). This requirement is 100% set aside for Small Business. For a company to qualify as a small business, the small business standard is $22.0 million. The USDA, ARS location in West Lafayette, Indiana has a requirement for an annual service and preventative maintenance contract for a Thermo Fisher Gallery Instrument. The Government intends to award one firm fixed price contract with a base year and four option years. This acquisition is for the following item as identified in the Contract Line Item Number (CLIN): CLIN 1: Annual Service and Preventative Maintenance, Thermo Fisher Gallery Instrument, per statement of work The Contractor shall provide all items F.O.B. destination.� Location of the Government site is aboard USDA ARS West Lafayette, IN and will be identified in the contract.� Offerors responding to this announcement shall submit their Proposal in accordance with FAR 52.212-1.� 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 proposal with the lowest evaluated price.� Pursuant to FAR 52.212-2, the criteria for evaluation are:�(1) Company Experience and (2) Price and must also have satisfactory Past Performance.� The lowest priced proposal 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 proposal will be evaluated for technical acceptability.� This will continue until the lowest price proposal is determined technically acceptable.� Once the lowest priced proposal is determined technically acceptable, then a determination of responsibility will be completed.� If found responsible, evaluations will be closed and award will be made. DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award, Offerors shall provide 1) technical approach; 2) price filled out on attached SF 1449, base plus 4 option years; 3) completed Representations and Certifications in the attached provisions and clauses document and 4) company's DUNS number. REJECTION OF QUOTATION: Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer which will be considered. The following provisions and clauses apply to this acquisition and can be found in full text at http://www.acquisition.gov/comp/far/index.html. FAR 52.252-1, Solicitation Provisions Incorporated by Reference are as follows: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Provide with Quote); FAR 52.204-7, System for Awards Management (ALL OFFERORS MUST BE REGISTERED AND ACTIVE IN THE SYSTEM FOR AWARDS MANAGEMENT DATABASE IN ORDER TO RECEIVE AN AWARD) The website address for registration is: http://www.sam.gov; and FAR 52.222-22, Previous Compliance Report. FAR 52.252-2, Clauses Incorporated by Reference, FAR 52.211-6, Brand Name or Equal, FAR 52.212-4, Contract Terms and Conditions Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items apply to this acquisition. The following FAR clauses cited in 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items are applicable to this acquisition: FAR 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; FAR FAR 52.222-3, Convict Labor (E.O. 11755); FAR 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans; 52.223-4, Recovered Material Certification; 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items; 52.225-2, Buy American Act Certificate ; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332); 52.232-36, Payment by Third Party (31 U.S.C. 3332) and FAR 52.233, Protest After Award. The above FAR clauses may be viewed at http://www.acquisition.gov/comp/far/loadmainre.html. AGAR 452.216-73 MINIMUM AND MAXIMUM CONTRACT AMOUNTS (FEB 1988) AGAR 452.211-74 PERIOD OF PERFORMANCE (FEB 1988) The period of performance of this contract will be from 08/01/2021 through 07/31/2026. 52.217-5 EVALUATION OF OPTIONS (JULY 1990) EXCEPT WHEN IT IS DETERMINED IN ACCORDANCE WITH FAR 17.206 (b) NOT TO BE IN THE GOVERNMENT�S BEST INTERESTS, THE GOVERNMENT WILL EVALUATE OFFERS FOR AWARD PURPOSES BY ADDING THE TOTAL PRICE FOR ALL OPTIONS TO THE TOTAL PRICE FOR THE BASIC REQUIREMENT. EVALUATION OF OPTIONS WILL NOT OBLIGATE THE GOVERNMENT TO EXERCISE THE OPTION(S). 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) THE GOVERNMENT MAY REQUIRE CONTINUED PERFORMANCE OF ANY SERVICES WITHIN THE LIMITS AND AT THE RATES SPECIFIED IN THE CONTRACT. THESE RATES MAY BE ADJUSTED ONLY AS A RESULT OF REVISIONS TO PREVAILING LABOR RATES PROVIDED BY THE SECRETARY OF LABOR. THE OPTION PROVISION MAY BE EXERCISED MORE THAN ONCE, BUT THE TOTAL EXTENSION OF PERFORMANCE HEREUNDER SHALL NOT EXCEED 6 MONTHS. THE CONTRACTING OFFICER MAY EXERCISE THE OPTION BY WRITTEN NOTICE TO THE CONTRACTOR WITHIN 60 days. 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) THE GOVERNMENT MAY EXTEND THE TERM OF THIS CONTRACT BY WRITTEN NOTICE TO THE CONTRACTOR WITHIN THE BASE PERIOD OF 08/01/2021 THROUGH 07/31/2022. OPTION PERIOD #1 08/01/2022-07/31/2023, OPTION PERIOD #2 08/01/2023-07/31/2024, OPTION PERIOD #3 08/01/2024-07/31/2025, OPTION PERIOD #4 08/01/2025-07/31/2026 ; PROVIDED THAT THE GOVERNMENT GIVES THE CONTRACTOR A PRELIMINARY WRITTEN NOTICE OF ITS INTENT TO EXTEND AT LEAST 60 DAYS BEFORE THE CONTRACT EXPIRES. THE PRELIMINARY NOTICE DOES NOT COMMIT THE GOVERNMENT TO AN EXTENSION. IF THE GOVERNMENT EXERCISES THIS OPTION, THE EXTENDED CONTRACT SHALL BE CONSIDERED TO INCLUDE THIS OPTION CLAUSE. (C) THE TOTAL DURATION OF THIS CONTRACT, INCLUDING THE EXERCISE OF ANY OPTIONS UNDER THIS CLAUSE, SHALL NOT EXCEED Five years 0 MONTHS. 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. A DUNS (Dun and Bradstreet) number is required in order to register.� All invoices shall be submitted electronically. Questions regarding this solicitation shall be emailed (no phone calls will be accepted) to Kristen Turner, Contracting Officer at kristen.turner@usda.gov no later than 3:00 PM (Central) July 14, 2021.� All answers to questions will be posted as an attachment in this solicitation (after June 9, 2021). Furnish quotes no later than 3:00 PM (Central), July 20, 2021 to Kristen Turner, Contracting Officer at Kristen.turner@usda.gov .� Quotes will only be accepted via email, no phone calls will be accepted.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d7a480872a9b488688f93777c7343d4a/view)
 
Place of Performance
Address: West Lafayette, IN 47907, USA
Zip Code: 47907
Country: USA
 
Record
SN06056422-F 20210711/210709230115 (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.