MODIFICATION
J -- Sysmex Service Agreement for Sysmex Ploidy Analyzer Instrument
- Notice Date
- 6/4/2024 9:47:17 AM
- 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
- 12405B24Q0203
- Response Due
- 6/10/2024 1:00:00 PM
- Archive Date
- 06/25/2024
- Point of Contact
- Monte Jordan
- E-Mail Address
-
monte.jordan@usda.gov
(monte.jordan@usda.gov)
- Description
- This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in subpart 12.6 and is being conducted in conjunction according to FAR Part 13, Simplified Acquisition Procedures as supplemented with additional information in this notice.� This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued.� The solicitation number is 12405B24Q0203 and solicitation is issued as a Request for Quotation (RFQ).� This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2024-04. The associated North American Industry Classification System (NAICS) Code is 811210 -Electronic and Precision Equipment Repair and Maintenance; Small Business Size Standard is $34 million. This RFQ is issued for Full and Open Competition. The USDA, ARS, SEA, Southern Horticulture Research Station (SHRS), Miami, FL location has a requirement for the following:� Service Agreement for Sysmex PLOIDY�Analyzer Serial Number 2105034541 for Base Year + 4 Option Years.� A licensed Sysmex technician will use proprietary Sysmex calibration reagents to adjust the instrument and then the technician will perform the preventative maintenance required to keep the instrument in working status.� The technician will conduct a series of tests to qualify the performance and operation of the instrument. All parts will be certified parts if there is a need for emergency service. The service includes laser and laser component maintenance and service. Work must be performed in accordance with Statement of Work (SOW). Contractor must be registered in System for Award Management, (SAM), prior to submitting a quotation. Registration is free and registration can be completed online at www.sam.gov/portal/public/SAM. Submission of Quotation.� Quotation referencing solicitation number 12405B24Q0203 must be submitted electronically via email to monte.jordan@usda.gov by Monday, June 10, 2024, not later than 3:00 p.m. Central Time (CT).� No late quotations will be accepted. In order to be considered for award, Offerors shall respond by submitting One (1) electronic copy as follows: Fully completed and signed SF1449 Offer Form original signature and date; acknowledgment of any Solicitation Amendments (if applicable); SAM UEI Number. Price Quotation.� Pricing shall be submitted using the Schedule of Supplies/Services within the Offer Form (SF 1449); A Firm Fixed-Price quotation (on company letterhead) detailing item description, unit price per item, total price and delivery costs as well as any applicable duties, brokerage, or customs fees. All responsible sources may submit an offer, which if timely received, shall be considered. Quotation must be valid for at least 60 days after receipt of quotation.� Items delivered FOB destination inclusive of all costs. Rejection of Quotation.� Failure to demonstrate compliance will be cause to reject the quotation without further discussion.� All responsible sources may submit an offer and will be considered. 52.212-2 Evaluation � Commercial Products and Commercial Services (Nov 2021).� �This solicitation is being issued pursuant to FAR Part 13.106 procedures. The Government anticipates award of a contract resulting from this solicitation to the responsible offeror whose quote conforms to the RFQ and specifications using Tradeoff Best Value to the Government in accordance with FAR 13.106-2(b)(3) considering three major areas: technical acceptance, past performance and price. Quotes will be evaluated by performing a comparative evaluation in accordance with FAR 13.106-2(b)(3) to determine which quotation represents the best value as a whole. The Government has the discretion to accept other than the lowest priced quotation that provides additional benefits. Prospective contractors who have not completed electronic annual representations and certifications at http://www.sam.gov/ in conjunction with required registration in the System for Award Management (SAM) database, shall complete and submit FAR 52.212-3 Alternative 1 Offeror Representations and Certifications - Commercial Items and DFARS Representations and Certifications in SAM to be eligible to receive an award for this solicitation. It is the offeror's responsibility to monitor the Government Point of Entry (GPE) (sam.gov) for information relevant to this solicitation, e.g., questions and answers, amendments, etc. Any amendments and documents related to this procurement will be available electronically at the Governmentwide Point of Entry (GPE).
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f85b53f4f5ef411fbb7d46db988ad556/view)
- Place of Performance
- Address: Coral Gables, FL 33158, USA
- Zip Code: 33158
- Country: USA
- Zip Code: 33158
- Record
- SN07084942-F 20240606/240604230112 (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 |