Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 24, 2022 SAM #7419
SOLICITATION NOTICE

J -- New Service Contract Gallery Plus

Notice Date
3/22/2022 12:27:57 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
W2R2 USA ENGR R AND D CTR VICKSBURG MS 39180-6199 USA
 
ZIP Code
39180-6199
 
Solicitation Number
W912HZ22N4713
 
Response Due
3/29/2022 1:00:00 PM
 
Archive Date
04/13/2022
 
Point of Contact
Amanda Andrews, Phone: 6016345249
 
E-Mail Address
amanda.andrews@usace.army.mil
(amanda.andrews@usace.army.mil)
 
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 and proposals are being requested. Requisition Number W912HZ22N4713 is being issued as a request for proposal (RFP) with intent to award as a single contract. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2022-05. This requirement is for a small business set aside under North American Industry Classification System (NAICS) 811219 with a Small Business Size Standard of $22.0 million dollars. The US Army Corps of Engineers, Engineer Research and Development Center (ERDC) 3909 Halls Ferry Road, Vicksburg MS 39180-6199 has a requirement for a service contract for the Gallery Plus Discrete Analyzer. This is a patented instrument and only a Thermo Scientific (manufacturer of the instrument) certified company capable of support, maintenance, or upgrades to ensure manufacturing specifications are maintained is required. � This service contract should include one preventative maintenance (including kits), unlimited repairs using OEM parts, service technician travel and labor, unlimited phone and email support, software and firmware updates, and priority appointments during the contract period.� Response time for repairs shall be three business days. All service shall be performed by a Thermo Scientific certified technician. � Year 1 - The service contract should include one preventative maintenance (including kits), unlimited repairs using OEM parts, service technician travel and labor, unlimited phone and email support, software and firmware updates, and priority appointments during the contract period.� Response time for repairs shall be three business days. All service shall be performed by a Thermo Scientific certified technician.� The service contractor shall successfully integrate and coordinate all activity needed to execute the service contract agreement.� The contractor shall manage the timeliness, completeness, and quality of problem identification. Period of Performance This contract is for a new service contract for maintenance and repair of the Gallery Plus Discrete Analyzer for a period of 12 months. Option Year 2 - The service contract should include one preventative maintenance (including kits), unlimited repairs using OEM parts, service technician travel and labor, unlimited phone and email support, software and firmware updates, and priority appointments during the contract period.� Response time for repairs shall be three business days. All service shall be performed by a Thermo Scientific certified technician.� The service contractor shall successfully integrate and coordinate all activity needed to execute the service contract agreement.� The contractor shall manage the timeliness, completeness, and quality of problem identification. Period of Performance This contract is for a new service contract for maintenance and repair of the Gallery Plus Discrete Analyzer for a period of 12 months. Option Year 3 - The service contract should include one preventative maintenance (including kits), unlimited repairs using OEM parts, service technician travel and labor, unlimited phone and email support, software and firmware updates, and priority appointments during the contract period.� Response time for repairs shall be three business days. All service shall be performed by a Thermo Scientific certified technician.� The service contractor shall successfully integrate and coordinate all activity needed to execute the service contract agreement.� The contractor shall manage the timeliness, completeness, and quality of problem identification. Period of Performance This contract is for a new service contract for maintenance and repair of the Gallery Plus Discrete Analyzer for a period of 12 months. Option Year 4 - The service contract should include one preventative maintenance (including kits), unlimited repairs using OEM parts, service technician travel and labor, unlimited phone and email support, software and firmware updates, and priority appointments during the contract period.� Response time for repairs shall be three business days. All service shall be performed by a Thermo Scientific certified technician.� The service contractor shall successfully integrate and coordinate all activity needed to execute the service contract agreement.� The contractor shall manage the timeliness, completeness, and quality of problem identification. Period of Performance This contract is for a new service contract for maintenance and repair of the Gallery Plus Discrete Analyzer for a period of 12 months. Option Year 5 - The service contract should include one preventative maintenance (including kits), unlimited repairs using OEM parts, service technician travel and labor, unlimited phone and email support, software and firmware updates, and priority appointments during the contract period.� Response time for repairs shall be three business days. All service shall be performed by a Thermo Scientific certified technician.� The service contractor shall successfully integrate and coordinate all activity needed to execute the service contract agreement.� The contractor shall manage the timeliness, completeness, and quality of problem identification. Period of Performance This contract is for a new service contract for maintenance and repair of the Gallery Plus Discrete Analyzer for a period of 12 months. BASIS FOR AWARD The Government intends to award one contract to the responsible offeror whose quote is responsive to the solicitation and determined to be the best value and most advantageous to the Government. Each quote will be evaluated for technical capability, past performance and price. The following additional FAR clauses and provisions are incorporated by reference and apply to this combined synopsis/solicitation:� FAR Clause 52.203-5, Covenant Against Contingent Fees FAR Clause 52.203-7, Anti-Kickback Procedures FAR Clause 52.203-17, Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights FAR Provision 52.204-7, System for Award Management FAR Clause 52.204-13, System for Award Management Maintenance FAR Provision 52.204-16, Commercial and Government Entity Code Reporting FAR Provision 52.204-18, Commercial and Government Entity Code Maintenance FAR Clause 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities FAR Provision 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment FAR Provision 52.204-26, Covered Telecommunications Equipment or Services-Representation FAR Provision 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition. FAR Provision 52.212-2, Evaluation - Commercial Items, applies to this acquisition. Offerors must include a completed copy of FAR Provision 52.212-3 Alt I, Offeror Representations and Certifications Commercial Items, with its offer. FAR Clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment FAR Clause 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition.� Supplement to FAR 52.212-5:� The following FAR clauses are applicable to this acquisition:� 52.222-3, 52.219-6, 52.222-21, 52.222-26, 52.222-36, 52.225-13 and 52.232-33. FAR Clause 52.219-8, Utilization of Small Business Concerns (if applicable) FAR Clause 52.222-19, Child Labor � Cooperation with Authorities and Remedies FAR Clause 52.222-35, Equal Opportunity for Veterans FAR Clause 52.222-37, Employment Reports on Veterans FAR Clause 52.222-40, Notification of Employee Rights Under the National Labor Relations Act FAR Clause 52.222-54, Employment Eligibility Verification FAR Clause 52.223-5, Pollution Prevention and Right-to-know Information FAR Clause 52.232-2, Service of Protest FAR Clause 52.232-39, Unenforceability or Unauthorized Obligations FAR Clause 52.232-40, Providing Accelerated Payments to Small Business Contractors FAR Clause 52.233-6, Drug Free Workplace FAR Clause 52.223-10 Waste Reduction Program FAR Clause 52.244-6, Subcontracts for Commercial Items FAR Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2011) Supplement to FAR 252.212-7001:� The following FAR clauses are applicable to this acquisition: 252.225-7001, 252.232-7003. FAR Clause 52.247-34, F.O.B. Destination 52.204-19 Incorporation By Reference Of Representation And Certifications; 52.219-4 Notice Of Price Evaluation Preference For HUBZone Small Business Concerns; 52.222-50 Combating Trafficking In Persons; 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving; 52.225-25 Prohibition On Engaging In Sanctioned Activities Relating To Iran-Certification; 52.233-3 Protest after Award; 52.233-4 Applicable Law For Breach Of Contract Claim; 252.203-7000 Requirements Relating To Compensation Of Former DoD Officials; 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights; 252.203-7005 Representation Relating To Compensation Of Former DoD Officials; 252.204-7003 Control Of Government Personnel Work Product; 252.204-7012 Safeguarding Of Unclassified Controlled Technical Information; 252.209-7999 Representation By Corporations Regarding An Unpaid Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law (Deviation 2012-O0004); 252.225-7002 Qualifying Country Sources as Subcontractors; 252.225-7048 Export-Controlled Items; 252.232-7010 Levies On Contract Payments� The following additional FAR clauses and provisions are incorporated by full text and apply to this combined synopsis/solicitation: 52.217-9 Option to Extend the Term of the Contract; 52.219-28 Post-Award Small Business Program Re-representation; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.252-2 Clauses Incorporated by Reference; 52.252-5 Authorized Deviations In Provisions; 52.252-6 Authorized Deviations In Clauses; 252.204-7011 Alternative Line-Item Structure; 252.211-7003 Item Identification And Valuation Quotes are due 29 March 2022 by 3:00 PM (Central Time Zone): �Quotes must be provided in accordance with FAR 52.212-1.� Past performance information is required to be submitted for evaluation (52.212-1(b)(10)).� Quotes will be accepted by email only to: Amanda.Andrews@usace.army.mil. For information concerning this solicitation contact Amanda Andrews via email at the above email address.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/df3c98db6ee44b8cbda53eb8420ce8a0/view)
 
Record
SN06274746-F 20220324/220322230105 (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.