Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 28, 2022 SAM #7484
SOLICITATION NOTICE

J -- Autoclave Preventive Maintenance -Steris Model LG 250, SN 033131603

Notice Date
5/26/2022 12:21:43 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
12305B22Q0065-B
 
Response Due
5/31/2022 11:00:00 AM
 
Archive Date
06/15/2022
 
Point of Contact
Dilynn Rogers, Phone: 3015043691
 
E-Mail Address
dilynn.rogers@usda.gov
(dilynn.rogers@usda.gov)
 
Description
�������This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart�12.6, , and is being conducted according to FAR Part 13, Simplified Acquisition Procedures. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. ��������������� The solicitation number and a statement that the solicitation is issued as a request for quotation (RFQ). ���������������� A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAR FAC 2022-06 May 1, 2022. ���������������� This is a full and open solicitation and the associated NAICS code is 811219. � ��������������� �See attached document Statement of Work. ��������������� �USDA, Agricultural Research Service (ARS) Beneficial Insects Introduction Research Unit (BIIRU) requires a licensed, insured and STERIS certified contractor to perform the manufacturer�s preventive maintenance on a Steris Model LG 250, SN 033131603 (Laboratory Steam Sterilizer, pass through model) with Allen-Bradley PanelView Plus 600 dual displays. This requirement *See attached Statement of Work for additional information*� ��������������� Performance location: USDA, ARS, NEA, BIIRU, 501 South Chapel St, Newark, DE 19713. ��������������� Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. ��������������� Provision at 52.212-2, Evaluation-Commercial Items, applies to this acquisition. The Government intends to award a Firm Fixed-Price (FFP) contract. The award will be made on the basis of Lowest Price Technically Acceptable (LPTA). ""LPTA"" means, the expected outcome of the acquisition, that results from the selection of the lowest evaluated price (evaluated as total cost of all line items) is a technically acceptable quotation, that fully meets all specifications listed. Only the lowest priced quote will be evaluated for technical acceptability (based on the specifications). The next lowest offer will only be evaluated if the aforementioned quote is not found technically acceptable (and so on). Only one award will be made under this solicitation based on availability of funding. In order to be considered for award OFFERORS SHALL SUBMIT THE FOLLOWING: (a)������� Submit documentation showing technical capability to meet or exceed Performance Elements and Benchmarks in the Statement of Work. (b)������� Submit Firm Fixed Price quotation (quote on company letterhead) detailing the item description, total price (including shipping/freight) and valid for at least 60 days after receipt of quote. Item delivered FOB Destination inclusive of all costs. (c)������� Submit Unique Entity ID & DUNS# with quotation. 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. ��������������� Offers must have a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, uploaded on Sam.gov by the time quotes are due. ��������������� The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. ��������������� The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. See attached clauses for additional applicable clauses. ���������������Quotes are due on 31 May 2022 NLT 2pm EST by email to, Dilynn Rogers at dilynn.rogers@usda.gov. DISCUSSIONS: The Government intends to award without discussions but reserves the right to conduct discussions should it be deemed in the Government's best interest. Biobased Products:� This procurement requires the use of Biobased products to the extent that such products are reasonably available, meet agency or relevant industry performance standards, and are reasonably priced.� The products should first be acquired from the USDA designated product categories.� All supplies and materials shall be of a type and quantity that conform to applicable Federal specifications and standards, and to the extent feasible and reasonable, include the exclusive use of biobased and recycled products.� Please visit www.biopreferred.gov for more information on the USDA Biobased Program and to reference the catalog of mandatory biobased products.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d3c78145202b435eae6ab07e8ac5cd29/view)
 
Place of Performance
Address: Newark, DE 19713, USA
Zip Code: 19713
Country: USA
 
Record
SN06339689-F 20220528/220526230058 (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.