Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 12, 2022 SAM #7560
SOURCES SOUGHT

J -- Sources Sought Notice - Annual Preventive Maintenance Service Contract for Abbott CD Ruby Analyzer

Notice Date
8/10/2022 11:26:49 AM
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
USDA ARS PA AAO ACQ/PER PROP FORT COLLINS CO 80526 USA
 
ZIP Code
80526
 
Solicitation Number
12805B22Q0442
 
Response Due
8/12/2022 11:00:00 AM
 
Archive Date
08/13/2022
 
Point of Contact
Shannon Baker
 
E-Mail Address
shannon.a.baker@usda.gov
(shannon.a.baker@usda.gov)
 
Description
This is a SOURCES SOUGHT NOTICE ONLY. This is NOT a solicitation for proposals or quotes and does not obligate the Government to award a contract. This notice is for informational and planning purposes only and shall not be construed as a solicitation or an obligation or commitment by the Government, nor is it a Request for Proposal (RFQ) at this time. Responses to this Notice must be in writing. The Agriculture Research Service (ARS) has a requirement for the purchase of the following items: Annual Preventive Maintenance Service Contract for Abbott CD Ruby Analyzer to be at NDPA Grand Forks Human Nutrition Research Center, 2420 2nd Ave N, Grand Forks, ND 58203.� The service period of performance required shall be a one (1) 12 month Base Year and one (1) 12 month Option year. The Abbott CD Ruby Analyzer (serial # 55811BG) was previously under a five- year service contract with Abbott Laboratories Inc. The prior service contract ended 29 July 2022. The U.S. Department of Agriculture (USDA), Agricultural Research Service (ARS), Northern Plains Area, Grand Forks Human Nutrition Research Center, is seeking a preventative maintenance contract to include maintenance and technical support, replacement parts, and emergency call service of a CD Ruby Analyzer (serial # 55811BG). The contractor shall provide all Preventative Maintenance and Service on site to ensure continued optimal performance of our CD Ruby Analyzer. The service agreement will guarantee that the Abbott CD Ruby Analyzer will be operational (capable of producing clinical test results) and will maintain a Customer instrument maintenance score of greater than ninety percent (90%). Equipment is considered to be �up� when it can generate reportable results or function in the way for which it is intended and is based on a twenty-four (24) hours per day, seven (7) days per week, annual basis. The Contractor will deliver second day on site service. 24 hour/7days technical support and on-site response within 24 hours, included in the agreement, are key to promptly solving any problems during our testing, since time-sensitive analytes have a very limited time window (8 hours after sampling) in which to conduct testing. Any postponed service will result in loss of samples. Our CD Ruby Analyzer was designed and manufactured by Abbott Laboratories Inc. The contractor must be an Abbott certified technician.� The purpose of this Sources Sought Notice is to conduct market research to determine, in particular, the capability of firms certified to provide the services described in the Specifications.� Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary experience to compete for this acquisition.� ARS will accept responses from ALL vendors in order to gain a more complete understanding of the market for these services. The statutory authority for the sole source procurement is 10 United States Code2304(c)(1) as implemented in Federal Acquisition Regulation 6.302-1(a)(2)(iii), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid(IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the USDA to contract for any service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice.� The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government.� However, if a competitive solicitation is released, it will be synopsized on the Governmentwide Point of Entry.� It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. Please email capability statements and related information to Shannon.a.baker@usda.gov by 1:00 PM Central Time on Friday 12 August, 2022.� Telephone inquiries will not be accepted. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary experience to compete for this acquisition.� Responses to this notice shall include the following: a) Company name b) Company Address c) Point of contact d) Phone Number and email e) UIE SAM number f) Cage Code g) A technical/capability statement h) Any GSA Schedule numbers� i) Socioeconomic category (i.e., small business, Service Disabled Veteran Owned Small Business, �Veteran Owned Small Business, etc.)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/67ed8c4632284b2d960d6f717dc713c8/view)
 
Place of Performance
Address: Grand Forks, ND 58203, USA
Zip Code: 58203
Country: USA
 
Record
SN06422237-F 20220812/220810230125 (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.