Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 01, 2023 SAM #8009
SOLICITATION NOTICE

J -- Service Contract - Leica microscope, Base + 4 option years

Notice Date
10/30/2023 1:33:50 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811210 —
 
Contracting Office
USDA ARS SEA AAO ACQ/PER PROP STONEVILLE MS 38776 USA
 
ZIP Code
38776
 
Solicitation Number
12405B24Q0012
 
Response Due
11/10/2023 11:00:00 AM
 
Archive Date
11/25/2023
 
Point of Contact
Richard Hawthorne
 
E-Mail Address
richard.hawthorne@usda.gov
(richard.hawthorne@usda.gov)
 
Description
This is a combined synopsis/solicitation for commercial goods and commercial services 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; quotes are being requested, and a written solicitation will not be issued. The solicitation number is 12405B24Q0012 and is issued as a request for quotation (RFQ). The NAICS code is 811210� Electronic and Precision Equipment Repair and Maintenance. This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2023-05.� The USDA, ARS facilities in Fayetteville, AR have a requirement for an annual warranty extension service contract, with option years, for a Leica Stellaris 5 confocal system. This system is located in the Poultry Production and Product Safety Research Unit (1260 W Maple St., Fayetteville, AR 72701). The vendor will provide one annual preventative maintenance onsite visit, unlimited on-site repairs including replacements for service parts, components, or modules necessary for repairs, prioritized on-site response time for remedial services (critical repairs), unlimited access to Leica OneCall Technical support center, 2 hour telephone call back from Leica OneCall, unlimited access to remote services, firmware and software updates when available. All services provided by the vendor are to be performed by factory-trained and certified Field Service Engineers with genuine Leica Microsystems parts to meet the original equipment manufacturer (OEM) specifications. Base year: ������11/24/2023 � 11/23/2024 Option year 1: 11/24/2024 - 11/23/2025 Option year 2: 11/24/2025 - 11/23/2026 Option year 3: 11/24/2026 - 11/23/2027 Option year 4: 11/24/2027 - 11/23/2028 Any quotes not meeting the minimum specifications will not be considered.� Please ensure all email correspondence includes the solicitation number in the subject line.� Emails without the RFQ number in the subject line may not be seen, read, and /or reviewed and therefore disqualified from consideration. ITEMS TO BE INCLUDED IN QUOTE: In order to be considered for award Offerors shall provide 1) a Quote on company letterhead, to include: vendor�s SAM.gov UEI number, detailed item description, product country of origin, unit price per item, discounts for trade-ins, total price to include shipping, and valid for at least 60 days after receipt of quote. REJECTION OF QUOTATION: Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer and will be considered. The following clauses and provisions apply to this acquisition. 52.252-2 Clauses Incorporated by Reference; 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL GOODS AND COMMERCIAL SERVICES; 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL GOODS AND COMMERCIAL SERVICES applies,; 52.222-3, Convict Labor; 52.233-3, Protest after award; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts; 52.223-15 Energy Efficiency in Energy-Consuming Products; 52.223-17 Affirmative Procurement of EPA-designated Items in Service and Construction Contracts; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - System for Award Management; applicable to this acquisition; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL GOODS AND COMMERCIAL SERVICES; 52.223-1 Biobased Product Certification; 52.223-4 Recovered Materials Certification; 52.212-2 Evaluation-Commercial Products and Commercial Services ; 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES; 52.217-8 Option to Extend Services. AGAR Clauses 452.211-70 Brand Name or Equal. 425.211-71 Equal Products Offered. 452.204-70 Modification for Contract Closeout As prescribed in USDA�s Contracting Desk Book 404.804 and 413.302-5, insert the following clause: MODIFICATION FOR CONTRACT CLOSEOUT (DEVIATION JULY 2022) �Upon contract closeout for contracts utilizing Simplified Acquisition Procedures (SAP) according to FAR part 13, (a) If unobligated funds in the amount of $1000 or less remain on the contract, the Contracting Officer (CO) shall issue a unilateral modification for deobligation. The contractor will receive a copy of the modification but will not be required to provide a signature. The CO shall immediately proceed with contract closeout upon completion of the period of performance, receipt and acceptance of supplies or services, and final payment. (b) If unobligated funds of more than $1000 remain on the contract, the CO shall issue a bilateral modification for deobligation. The contractor will receive a copy of the modification and will be required to provide a signature. (The CO may also request a Release of Claims be completed by the contractor, although not required for contract and orders using SAP.) If the bilateral modification and Release of Claims are not returned to the CO within 60 days, the CO shall release the modification as unilateral and proceed with contract closeout upon completion of the period of performance, receipt and acceptance of supplies or services, and final payment.� (End of clause) QUOTED PRICE MUST INCLUDE: any delivery costs as well as any applicable duties, brokerage, or customs fees.� DELIVERY DUE DATE: The Government requires delivery on or before 30 ARO, however, each offeror shall include their proposed delivery schedule as part of their quotation. PAYMENT: Any award made under this solicitation is subject to 31 CFR Part 208 which requires all payments made by the government to be made by electronic funds transfer.� Contractors intending to conduct business with the Federal Government MUST register with the System for Award Management (SAM) database prior to submitting quotation. You may register online at www.sam.gov. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.SAM.gov. FAR 52.212-2, Evaluation-Commercial Products and Commercial Services, the significant evaluation factors, in the relative order of importance, are (i) technical capability of the item offered to meet the Government requirement including delivery date; (ii) past performance; and (iii) price, based on F.O.B. Destination. Award will be made based on overall BEST VALUE to the Government. The government anticipates award of a firm fixed priced contract resulting from this solicitation to the responsible offeror whose offer conforms to the specifications that will be the most advantageous to the government in accordance with FAR 13.106-2. Responses shall include technical specifications, descriptive material and capabilities of the offeror�s equipment. Offerors shall identity where the offered item meets or does not meet each of the Government's functional and performance minimum specifications listed herein. QUESTIONS REGARDING THIS RFQ ARE DUE TO RICHARD HAWTHORNE at Richard.hawthorne@usda.gov, NO LATER THAN 1:00 p. m. ET, November 9, 2023. Questions will only be accepted via email and WILL NOT be answered if received after this date/time. QUOTES REGARDING THIS RFQ ARE DUE TO RICHARD HAWTHORNE at Richard.hawthorne@usda.gov , NO LATER THAN 2:00 p. m. ET, November 10, 2023. Place of Performance: USDA-ARS Poultry Production and Product Safety Research Unit 1260 W Maple St., Fayetteville, AR 72701 Primary Point of Contact: Richard Hawthorne Purchasing Agent richard.hawthorne@usda.gov.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1b0cb54814874cd2a8d3d496d155872f/view)
 
Place of Performance
Address: Fayetteville, AR 72701, USA
Zip Code: 72701
Country: USA
 
Record
SN06870906-F 20231101/231030230044 (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.