SOLICITATION NOTICE
65 -- Preventative Maintenance/inspection service contract for autoclaves and washers in support of USDA APHIS VS NVLS in Ames Iowa
- Notice Date
- 11/14/2019 5:03:09 PM
- Notice Type
- Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- USDA APHIS MRPBS MINNEAPOLIS MN 55401 USA
- ZIP Code
- 55401
- Solicitation Number
- 12639520Q0022
- Response Due
- 12/5/2019 4:00:00 PM
- Archive Date
- 01/31/2020
- Point of Contact
- Rita Elaine Fish-Whitlock, Contract Officer, Phone: 6123363432
- E-Mail Address
-
Rita.FishWhitlock@usda.gov
(Rita.FishWhitlock@usda.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Solicitation 12639520Q0022NOTES TO QUOTERS: This solicitation is for a firm fixed price, one year service contract with four one-year option years. YOU MAY EMAIL YOUR QUOTE DIRECTLY TO RITA FISH-WHITLOCK before the time specified on the solicitation announcement. Send quotes to: rita.fishwhitlock@usda.gov. It is the contractor’s responsibility to ensure Quotes are received on time. Please note that file size limitations, formatting, or other problems may hamper receipt so please verify that the contracting officer has received your Quote. Quoter is responsible for ensuring completeness of quotations. The Government may evaluate solely on the information provided in the quotation. Quotations that include additional terms may be excluded from consideration. Alternate Pricing Schedules will not be considered. Quotations must include a price for all items in the solicitation to be eligible for award. Submission Requirements: The following items must be submitted with your quote: Cover page referencing the solicitation number, company name, address, point of contact information (name, title, phone, email), and DUNS number. A quoted price for each line item in the Pricing Schedule located below. Technical Capability Information: Technical ability to conduct maintenance on various manufacturers autoclaves and washers, ie. Provide documentation of training and/or certification to perform preventative maintenance on large industrial washers and autoclaves. Past performance: Provide at least two (2) past performance references for work performed by the Quoter within the last three years. Include title/description of project, reference name, total dollar value, valid phone and email. Acknowledgement of solicitation amendments (if applicable). See provision 52.212-2 for quote evaluation information. Quotes will be evaluated based on Best Value in accordance with FAR Part 13. ANY QUESTIONS PERTAINING TO THIS Request for Quotes (RFQ) SHALL BE DIRECTED TO RITA FISH-WHITLOCK, BY EMAIL TO rita.fishwhitlock@USDA.gov no later than 5 dates before quotes are due. CONTRACTORS MUST BE REGISTERED IN THE SYSTEM FOR AWARD MANAGEMENT (SAM) PRIOR TO QUOTING. Please make sure that your registration is current. USDA IS AN AGENCY OF THE FEDERAL GOVERNMENT, TAX?EXEMPT. FEDERAL TAX. I.D. NO. 41?0696271. This solicitation is being issued as a total small business set aside under NAICS 811219, with a small business size standard of 750 employees. DUE DATES FOR QUOTES: Quotes are due via email no later than December 5th, 2019 / 14:30 CST (Central Standard Time) PricePricing Schedule The contractor shall furnish all labor, supplies, materials, equipment, and supervision to perform the services stated herein and within the specified timeframe pursuant to the price schedule as CONTAINED IN THE attached FULL SOLICITATION. Please download to complete. Price Schedule NotesPricing is based on the quantity listed in 2.1.1 and 2.1.2 contained in the attached Solicitation. Prices may be adjusted only if equipment is added or removed. Period of Performance and Type of Contract Type of ContractThis is a firm fixed price contract for biannual preventative maintenance service with price adjustments only available based upon the number of pieces of equipment (i.e., if autoclaves or washers are added or removed from service.)Performance LocationUSDA APHIS1920 Dayton AveAmes, IA 50010Period of PerformanceFive years from the date of the award (one year plus four one-year options)2.0 Statement of WorkDescription of requirement for items to be acquired. Work includes providing all labor, supplies, materials, equipment and supervision to conduct Biannual Preventative Maintenance (PM) Inspection services for autoclave and washers located at the USDA APHIS VS NVLS location in Ames, Iowa. This is strictly to note, and bring attention to, any weaknesses in the operating systems of the autoclaves and washers. Requirement is further as follows:ObjectiveTo contract for services to provide all labor, supplies, materials, equipment and supervision to perform Biannual Preventative Maintenance Inspection services to the USDA APHIS VS NVLS autoclaves and washers the models and serial numbers of the equipment, are fully described in the attachment herein. BackgroundThe mission of the National Veterinary Services Laboratories (NVSL), a unit within the U.S. Department of Agriculture’s (USDA) Animal and Plant Health Inspection Service (APHIS), is to safeguard U.S. animal health and contribute to public health by providing timely and accurate diagnostic laboratory support directly or through a national laboratory system that includes the National Animal Health Laboratory Network (NAHLN) At the very core of the NVSL mission is customer-based service as a veterinary diagnostic laboratory. NVSL scientists and support personnel perform diagnostic tests on nearly a quarter million samples each year. NVSL offers nearly 500 specific diagnostic tests covering everything from basic screening tests for the importation of horses (equine infectious anemia testing) to elephant trunk wash cultures to detect tuberculosis. NVSL also provides diagnostic support to foreign animal disease investigations at Ames, IA. Further, NVSL offers over 500 reagents, many of which are not available from any other source. The laboratories play a key role by performing initial screening tests for several foreign animal diseases.This work will serve the Laboratory Support Services (LSS) section of National Veterinary Services Laboratory (NVSL) in Ames, IA. Our main objectives is to provide the local laboratories with clean and sterile glassware and media for laboratory use. Substantial amount of media and most of the activities laboratory glassware is autoclave sterilized. The glassware that is sent to laboratories is returned to the activity after being used. The activity uses the industrial glassware washers to clean the glassware. LSS is also ISO9001 certified. As part of that certification, we are to prove that our equipment is fully cared for and operating correctly. In order to show that the equipment is fully operational, we have to have preventative maintenance (PM’s) inspections performed to identify any issues. Repairs on the equipment will not be included in this service agreement. 2.1. Scope of WorkBi-annual Preventative Maintenance Inspections on Autoclaves described below, utilizing the Report contained in the attachment hereto:SEE ATTACHED SOLICITAITON FOR FURTHER INFORMATIONBi-annual Preventative Maintenance Inspections on washers described below, utilizing the Report contained in the attachment contained herein:SEE ATTACHED SOLICITATION FOR FURTHER INFORMATION 2.1.3 Logistics Vendor will coordinate dates for bi-annual inspections with the TPOC no later than January 30th each year. Base year inspections are anticipated in early March 2020.2.1.4 Period of Performance The contractor shall be required to commence work under this contract within 60 calendar days after the date the Contractor receives the notice of award. Services are anticipated to begin January 1, 2020. This contract includes a 12?month base period and four one-year option periods. The Government has the option to extend the term of this contract by exercising option periods in accordance with clause 52.217?9, Option to Extend the Term of the Contract.Base Period: January 1,2020 through December 31, 2020.Option Year 1: January 1,2021 through December 31, 2021.Option Year 2: January 1,2022 through December 31, 2022.Option Year 3: January 1, 2023 through December 31, 2023.Option Year 4: January 1, 2024 through December 31, 2024.Contract Administration3.1 Personnel Security RequirementAll necessary contractor personnel will be required to secure a temporary facility access badge necessitating the submission of fingerprints and other required documentation to run a Special Agreement Check (SAC) for a Suitability Determination. Upon award, contractor shall provide the program with a list of identified contractor personnel to a point of contact determined at the time of award, and will be provided further instructions in reference to this contract requirement.3.2 Contracting OfficerRita Fish-Whitlock(612) 336-3404Rita.fishwhitlock@usda.govTechnical Point of Contact (TPOC)Lucas Marpe(515)337-6612Lucas.p.marpe@usda.gov3.3 Invoicing and PaymentAll invoices must be submitted through the Invoicing Processing Platform at: www.ipp.govUSDA uses the Invoice Processing Platform (IPP) for electronic submissions and tracking of purchase orders, invoices, and payment information to its suppliers of goods and services: Enroll at https://ipp.gov. The IPP is a government-wide secure web-based invoice processing service offered free of charge to government agencies and their suppliers by the U.S Department of Treasury’s Financial Management Service (FMS).
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/b3d004d1eac44cf68880689b56925439/view)
- Place of Performance
- Address: 1855, IA 50010, USA
- Zip Code: 50010
- Country: USA
- Zip Code: 50010
- Record
- SN05493870-F 20191116/191117181057 (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 |