Federal Bid

Last Updated on 05 Aug 2020 at 4 PM
Combined Synopsis/Solicitation
Wooster Ohio

Ion Chromatography Maintenance

Solicitation ID 12505B20S1009731
Posted Date 05 Aug 2020 at 4 PM
Archive Date 29 Aug 2020 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Usda Ars Mwa Aao Acq/Per Prop
Agency Department Of Agriculture
Location Wooster Ohio United states 44691

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation No. 12505B20S1009731 is being issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-06. The NAICS code applicable to this acquisition is 811219 Other Electronic and Precision Equipment Repair and Maintenance. This requirement is unrestricted.

The USDA, ARS, lab in Wooster, OH has a requirement for ion chromatography maintenance.

The Government intends to award a fixed price contract for the following item as identified in the Contract Line Item Number (CLIN):

  1. Ion chromatography maintenance, per required specifications

Required specifications include all of the following:

Annual service contract for a Thermo Fisher ICS 600 Ion Chromatograph machine which will include parts, labor, calibration and certification.

DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award, Offerors shall provide 1) technical specifications; 2) price and 3) Company's DUNS number.

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.

The following provisions and clauses apply to this acquisition and can be found in full text at http://www.acquisition.gov/comp/far/index.html. FAR 52.252-1, Solicitation Provisions Incorporated by Reference are as follows: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Provide with Quote); FAR 52.204-7, System for Awards Management (ALL OFFERORS MUST BE REGISTERED AND ACTIVE IN THE SYSTEM FOR AWARDS MANAGEMENT DATABASE IN ORDER TO RECEIVE AN AWARD) The website address for registration is: http://www.sam.gov; and FAR 52.222-22, Previous Compliance Report. FAR 52.252-2, Clauses Incorporated by Reference, FAR 52.211-6, Brand Name or Equal, FAR 52.212-4, Contract Terms and Conditions Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items apply to this acquisition. The following FAR clauses cited in 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items are applicable to this acquisition: FAR 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; FAR FAR 52.222-3, Convict Labor (E.O. 11755); FAR 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans; 52.223-4, Recovered Material Certification; 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items; 52.225-2, Buy American Act Certificate ; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332); 52.232-36, Payment by Third Party (31 U.S.C. 3332) and FAR 52.233, Protest After Award. The above FAR clauses may be viewed at http://www.acquisition.gov/comp/far/loadmainre.html.

The basis for award is Lowest Price Technically Acceptable (LPTA). "LPTA" means the expected outcome of the acquisition that results from selection of the technically acceptable proposal with the lowest evaluated price. Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Technical Specifications, (2) Net Price and must also have satisfactory Past Performance.

Questions relating to this requirement shall be sent via email to Kristen Turner, Contracting Officer at [email protected]  and received no later than 3:00 PM (Central), Monday, August 10, 2020. Answers to all questions will be provided in the form of a modification to this solicitation. No phone calls will be accepted.

Furnish Quotes no later than 3:00 PM (Central), Friday, August 14, 2020 to Kristen Turner, Contracting Officer at [email protected] .  Quotes will only be accepted via email, no phone calls will be accepted.

Bid Protests Not Available

Similar Past Bids

Ridgecrest California 04 Feb 2015 at 12 AM
Location Unknown 31 May 2012 at 5 PM
Dayton Ohio 01 Mar 2017 at 10 PM
Usaf academy Colorado 28 May 2015 at 7 PM
Lackland air force base Texas 31 Mar 2015 at 7 PM

Similar Opportunities