Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 0000-00-00 00:00:00
United States SAM

Annual Service contract for a DA 7200 NIR Analyzer

Process Number 1054358

USA

Dates:


Notice ID:

1054358

Department/Ind. Agency:

AGRICULTURE, DEPARTMENT OF

Sub-tier:

AGRICULTURE, DEPARTMENT OF

Sub Command:

USDA ARS SEA AAO ACQ/PER PROP

Office:

USDA ARS SEA AAO ACQ/PER PROP

General Information:


All Dates/Times are:

(utc-06:00) central standard time, chicago, usa

Updated Published Date:

(utc-06:00) central standard time, chicago, usa

Original Published Date:

0000-00-00 00:00:00

Original Response Date:

dec 23, 2021 02:00 pm cst

Inactive Policy:

15 days after date offers due

Original Inactive Date:

jan 07, 2022

Initiative:
  • None***--***

Classification:


Original Set Aside:

total small business set-aside (far 19.5)

Product Service Code:

j066 - maint/repair/rebuild of equipment- instruments and laboratory equipment

NAICS Code:

334516 - analytical laboratory instrument manufacturing

Description:


Original Set Aside:

This is a combined synopsis/solicitation for commercial goods and commercial services 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. The solicitation number is 1054358 and is issued as a request for quotation (RFQ). The NAICS code is J066 - MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT. This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2022-01. The USDA, ARS, JWDSRC requires an annual service agreement to perform maintenance and repair on a DA7200 NIR Analyzer 230V instrument. The service is to be performed at the USDA-ARS, 141 Experiment Station Road, Stoneville, MS 38776. Any quotes not meeting the minimum specifications will not be considered. DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award Offerors shall provide 1) a Quote on company letterhead detailing the item description, unit price per item, discounts for trade-ins, total price and valid for at least 60 days after receipt of quote; and 2) FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATION-COMMERCIAL GOODS AND COMMERCIAL SERVICES; The Representation and Certification section must be completed electronically in the System for Award Management (SAM) website at www.sam.gov. REJECTION OF QUOTATION: Failure to demonstrate compliance will be caused to reject the quote without further discussions. All responsible sources may submit an offer and will be considered. The following clauses and provisions apply to this acquisition. 52.252-2 Clauses Incorporated by Reference; 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL GOODS AND COMMERCIAL SERVICES; 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL GOODS AND COMMERCIAL SERVICES applies,; 52.222-3, Convict Labor; 52.233-3, Protest after award; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts; 52.223-15 Energy Efficiency in Energy-Consuming Products; 52.223-17 Affirmative Procurement of EPA-designated Items in Service and Construction Contracts; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - System for Award Management; applicable to this acquisition; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL GOODS AND COMMERCIAL SERVICES; 52.223-1 Biobased Product Certification; 52.223-4 Recovered Materials Certification; 52.212-2 Evaluation-Commercial goods and commercial services ; 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL GOODS AND COMMERCIAL SERVICES; 52.217-8 Option to Extend Services. DELIVERY: FOB Destination. Deliver to the USDA-ARS, 141 Experiment Station Road, Stoneville, MS 38776. QUOTED PRICE MUST INCLUDE: any delivery costs as well as any applicable duties, brokerage, or customs fees. DELIVERY DUE DATE: The Government requires delivery on or before 30 ARO, however, each offeror shall include their proposed delivery schedule as part of their quotation. PAYMENT: Any award made under this solicitation is subject to 31 CFR Part 208 which requires all payments made by the government to be made by electronic funds transfer. Contractors intending to conduct business with the Federal Government MUST register with the System for Award Management (SAM) database prior to submitting quotation. You may register online at www.sam.gov. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.beta.SAM.gov. FAR 52.212-2, Evaluation-Commercial goods and commercial services, the significant evaluation factors, in the relative order of importance, are (i) technical capability of the item offered to meet the Government requirement including delivery date; (ii) past performance; and (iii) price (based on F.O.B. Destination), technical and past performance are more important than price. Award will be made based on overall BEST VALUE to the Government. The government anticipates award of a firm fixed priced contract resulting from this solicitation to the responsible offeror whose offer conforms to the specifications that will be the most advantageous to the government in accordance with FAR 13.106-2. Responses shall include technical specifications, descriptive material and capabilities of the offeror’s equipment. Offerors shall identity where the offered item meets or does not meet each of the Government's functional and performance minimum specifications listed herein. All sources wishing to furnish a quotation must respond by 2:00 p.m. central standard time, December 23, 2022. Quotations are to be addressed to Richard Hawthorne, Purchasing Agent, at richard.hawthorne@usda.gov. Additional information may be obtained by contacting the Purchasing Agent by email. Place of Performance: USDA-ARS 141 Experiment Station Road Stoneville, MS 38776 Primary Point of Contact: Richard Hawthorne Purchasing Agent richard.hawthorne@usda.gov.

Attachments / Links:


Document Size Updated date Download

Contact Information:


141 EXPERIMENT STATION ROAD

STONEVILLE , MS 38776

USA

Primary Point of Contacts:

Richard Hawthorne