Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 26, 2020 SAM #6876
SOLICITATION NOTICE

J -- Yearly Service Contract on Mass Spectrometer

Notice Date
9/24/2020 5:24:23 PM
 
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
1014033
 
Response Due
9/25/2020 6:00:00 PM
 
Archive Date
10/10/2020
 
Point of Contact
John C. Wilkinson, Phone: 3015043443
 
E-Mail Address
john.wilkinson@ars.usda.gov
(john.wilkinson@ars.usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined Synopsis/solicitation for the United States �Department of Agriculture, �Agriculture Re search Service, �prepared in accordance with the format to Subpart 12.6, as supplemented with additional information included in this solicitation. This announcement constitutes the only solicitation, quotes are being requested and a written notice, will not be issued. Solicitation Number �1014033 - is issued as a request for quotation (RFQ). This solicitation �document �incorporates �provisions and �clauses which are in effect through Federal Acquisition Circular 2020-08 dated August 13, 2020.� �This solicitation shall be reserved exclusively for small businesses� with a small business size standard of 1,000 employees - referencing North American Industrial Classification Code 811219. �� �SHIP TO ADDRESS � 600 E. Mermaid Lane - �Wyndmoor, Pennsylvania 19038 ��� Please make sure You include (Not to Exceed) Shipping Charges to the address listed directly above � when submitting Your quote. � Minimum requirements � �Specifications for Preventative and Maintenance Service Agreement: Which shall run from September 30, 2020 to September 29, 2021 Instrument: SCIEX 6500 Q-trap Mass Spectrometer SN: BL21981304 Maintenance Service Agreement Full Service Contract: 1. 2 Preventative Maintenance services to be scheduled with end-user per contract year. Preventative Maintenance visits shall include pre-evaluation of instruments mass calibration for low mass range, high mass range and Q-trap in positive and negative mode. Perform a cleaning of ESI source, curtain plate, orifice plate, q-jet and first quadrupole. Replacement parts shall be installed from OEM preventative maintenance kit, such as capillary tube. All remaining parts from kit will be left with the end-user. Drain and replace vacuum pump oil with Inland 33 or Leybold LVO 200. Perform post-evaluation of mass spectrometers mass calibration for low mass range, high mass range and Q-trap in positive and negative mode. The results of all test should be assembled for review by end user and a copy provided for record keeping. 2. All parts need for repair and/or preventative maintenance shall be purchased from the Original Equipment Manufacturer (OEM). 3. All solutions used for mass calibration and measuring instrument performance shall be obtained from OEM. 4. Labor and travel shall be included in the contract. 5. Repair call response time shall be within 48 hours, Monday through Friday. Exception will be made for weekends and Federal holidays. 6. Contract term for 12 months with options for 2 additional years (per availability of finding). 7. Contract Service Engineer must be within 100 miles of the facility. Service Company / Service Engineer: 1. Company shall identify a primary and secondary engineer (key personnel) that will service the instrument to the end-user. 2. Service Engineer(s) shall have more than 5 years of experience servicing triple quad mass spectrometers. 3. Service Engineer(s) shall have certified mass spectrometer training from OEM. Provide certification with offer. 4. Service Engineer(s) shall live within 100 miles of facility (USDA Eastern Regional Research Center) to minimize impact of travel time on the response time. 5. Service Manager / Service Engineer shall contact the end-user within 8 hours of the initial service call. 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. Also, the full text of a clause may be accessed at the following address: https//www.acquisition.gov/far. 52.212-5 - Commercial Items (JULY 2020) 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 Offerers Commercial Items (JUNE 2020) 52.212-4 - Contract Terms and Conditions-Commercial Items ( OCT 2018 ) 52.223-1 - Bio-Based Product Certification (MAY 2012) 52.232-39 - !Jnenforceability 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) No late vendor quotes or vendor questions shall be accepted referencing the above solicitation number. �. �Oral Communications are not acceptable in response to this requirement.� All quotes are due via email to me: John.Wilkinson@usda.gov �by no later than �9:00 �p.m. E.S.T. �on Friday Sept. 25, 2020. Anticipated award date is Saturday Sept. 26, 2020 or shortly thereafter. �Important Note: �the vendor who offers the - ���Best Value to the Federal Government - � �which meets all of the above USDA end-user requirements-specifications shall be awarded a USDA Purchase Order.� Special Note � The vendor - �must � already - �have their companies Dun and Bradstreet Number --mandatorily - already be registered by Sept. 25, �2020 ���- as both - current and active at the web site: www.beta.sam.gov �at phone no. 1-866-606-8220.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/db334ecb4ac14062acde72b105f039c3/view)
 
Place of Performance
Address: Glenside, PA 19038, USA
Zip Code: 19038
Country: USA
 
Record
SN05809956-F 20200926/200924230213 (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.