Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 11, 2024 SAM #8293
SOURCES SOUGHT

99 -- FACSymphony

Notice Date
8/9/2024 3:05:58 PM
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
USDA ARS NEA AAO ACQ/PER PROP BELTSVILLE MD 20705 USA
 
ZIP Code
20705
 
Solicitation Number
1133790-SS
 
Response Due
8/14/2024 11:00:00 AM
 
Archive Date
08/29/2024
 
Point of Contact
Jennifer Peterson, Phone: 9034368959
 
E-Mail Address
jennifer.l.peterson@usda.gov
(jennifer.l.peterson@usda.gov)
 
Description
Sources Sought # 1133790 -SS This is a Sources Sought notice Only.� This is NOT a solicitation for proposals, proposal abstracts, or quotations. �This Sources Sought is issued for information and planning purposes only as part of USDA ARS market research and does not itself constitute an RFQ. Background The USDA Agricultural Research Service (USDA ARS) requires a pre-contract inspection and service contract for the FACSymphony A1 flow cytometer and associated components (serial numbers: R664893000093, 349277N0216, R658946001037). These components, owned by USDA ARS NCWMAC, support the Northeast Eastern Oyster Breeding program. The equipment was purchased in 2022 and installed in spring 2023, with an initial service contract that expired in October 2023. The one-year service contract provides includes travel and labor costs of certified technicians, 2 Preventive Maintenance Inspections, 3 Preventative Maintenance Kits, unlimited service visits, and unlimited telephone support for all three components of the flow cytometer. A new service contract necessitates a pre-contract inspection and any necessary repairs. The new one-year service contract will commence following the successful completion of the inspection and repairs. Vendor shall provide all services, supplies, equipment, and facilities necessary to provide the deliverable specified in accordance with the terms, conditions, and specifications contained in this document. Tasks or Requirements Requirement 1: Pre-Contract Inspection and Repair The contractor shall provide: Travel and labor costs for a repair technician to inspect the instrument. Replacement parts and installation costs of said parts. Requirement 2: Service Contracts The contractor shall provide service contracts for the following components: Service Contract for FACSymphony A1 (serial number: R664893000093) Coverage for the BD Symphony A1, including lasers and one computer workstation (excluding printers) for labor, travel expenses, and parts (excluding consumables). 2 Preventive Maintenance Inspections within a twelve-month period 2 Preventive Maintenance Kits Software Revisions released during the Agreement term. Unlimited service visits, Monday-Friday, excluding BD Biosciences holidays. 48-hour guaranteed response to a request for emergency on-site service (Monday through Friday, excluding BD Biosciences holidays). Otherwise, a $500 Response Time Credit will be issued. Unlimited telephone support for instruments, reagents, and applications at no additional charge. Service Contract for FACS Flow Supply System (serial number: 349277N0216) Coverage for the FACS Flow Supply System for labor, travel expenses, and parts (excluding consumables). Unlimited service visits, Monday through Friday, excluding BD Biosciences holidays. Unlimited telephone support for instruments, reagents and applications will be provided at no additional charge. Service Contract for High Throughput Sampler (serial number: R658946001037) Coverage for the BD High Throughput Sampler (HTS) for all parts (excluding consumables). Unlimited phone support for instruments, reagents, and applications will be provided at no additional charge. Replacement with a certified refurbished unit, if required, at the discretion of BD Biosciences within two business days. One (1) Preventive Maintenance Inspection within a twelve-month period in conjunction with the superior equipment's Preventive Maintenance Inspection. One (1) Preventative Maintenance Kit All costs associated with labor, shipping, and parts (excluding consumables) covered by BD Biosciences. Place of Performance 120 Flagg Rd, CBLS 352 Kingston RI 02881 The Contractor Shall: This Sources Sought is only for the purpose of identifying potential sources as part of USDA ARS market research. The Government does not intend to make an award based on responses to this inquiry. This notice does not constitute a commitment by the Government. Responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible.�� The purpose of this notice is to obtain information regarding the availability and capability of qualified sources including any Small Businesses; HUBZone small business; service-disabled, veteran-owned small business; 8(a) small business; veteran-owned small business; woman-owned small business; or small disadvantaged businesses. Please state if you are a large business or a small business according to the NAICS code listed in this Sources Sought. All information submitted in response to this announcement is voluntary, and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Any organization responding to this notice should ensure that its response defines how it can specifically meet the specifications for the items requested.� Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted.� After review of the responses received, a Combined Synopsis solicitation notice may be published on Sam.gov. Submit the Following: Capability Statement that demonstrates your ability to meet the specific requirements, including Company Contact Info SAM.gov UEI Number Identify if you are a large business or a small business with NACIS 339112. Original Point of Contact: All responses to this Sources Sought Notice must be received by August 14, 2024, by 2:00 PM EST, the specified due date and time to be considered.� Email responses to Jennifer Peterson at Jennifer.L.Peterson@usda.gov. Responses will not be returned. Responders are solely responsible for all expenses associated with responding to this Inquiry. Do not submit pricing information in response to this Request. �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2ab0d2041aa44ad4bd6c73237c5047ec/view)
 
Place of Performance
Address: Kingston, RI, USA
Country: USA
 
Record
SN07164903-F 20240811/240809230123 (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.