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

Calibration service

Process Number RFQ-12405b-22-0003

USA

Dates:


Notice ID:

RFQ-12405b-22-0003

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-05:00) eastern standard time, new york, usa

Updated Published Date:

(utc-05:00) eastern standard time, new york, usa

Original Published Date:

0000-00-00 00:00:00

Original Response Date:

dec 27, 2021 05:00 pm est

Inactive Policy:

15 days after date offers due

Original Inactive Date:

jan 11, 2022

Initiative:
  • None***--***

Classification:


Product Service Code:

j041 - maint/repair/rebuild of equipment- refrigeration, air conditioning, and air circulating equipment

NAICS Code:

54199 - all other professional, scientific, and technical services

Description:


Original Set Aside:

STATEMENT OF WORK CALIBRATION AND SENSOR VERIFICATION SERVICES Southeast Poultry Research Lab 12/09/2021 GENERAL SCOPE OF WORK. This contract is located at the USNPRC SEPRL at 934 College Station Road Athens GA, 30605. The contract requirements are defined in this Statement of Work (SOW). The Contractor is to prove support to facility by providing an Outcomes Based service agreement to deliver data analytics and fault resolution based on requirements of our facility. Exhibit 1 list the number of sensors, location, service needed, equipment type and frequency/year of service. The purpose of this SOW is to solicit bids for the annual service/maintenance agreement for all equipment listed in exhibit 1. This bid should include. Provide calibrations / verification of your critical temperature and differential pressure sensors in Buildings 45 and 47. Provide priority 24-hour emergency service response – 2 Hour online – 4 hour on site. PHYSICAL SECURITY. Contractor will be required to follow all USDA physical security and safety rule/regulations. HOURS OF OPERATION. Normal Hours. The USNPRC is open Monday through Friday from 8am until 4pm except for Government holidays. GOVERNMENT-FURNISHED PROPERTY AND SERVICES No Government-furnished property will be provided. Government-furnished utilities will be provided where available. CONTRACTOR-FURNISHED ITEMS AND SERVICES GENERAL. Contractor shall furnish everything required to perform this Statement of Work. CLEAN-UP. The Contractor is responsible for cleanup of any work site. Exhibit 1 Qty Building Service Location Equipment Type Frequency per year 49 45 Calibration Various Room Pressure Differential Monitors 1 88 47 Calibration Various Room Pressure Differential Monitors 1 10 47 Sensor Verification AG/BSL Animal Holding Rooms Exhaust Air Temperature Sensors 1 5 47 Sensor Verification AG/BSL AHU's Supply Air Temperature Sensors 1 The government anticipates award of a contract resulting from this solicitation to the responsible offeror whose offer conforming to the specifications will be most advantageous to the Government. 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. Please note on your proposal if you will accept a government purchase (Mastercard) card. This solicitation incorporates the following FAR clauses, provisions, and addendums: 52-212-1 Instructions to Offerors- Commercial Item; 52.212-3 Offeror Representations and Certifications-Commercial Items – annual representations and certifications are required. Offers shall include a statement as follows on their offer: the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at https://www.sam.gov have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference, except for paragraphs ; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. In paragraph B of 52.212-5, the following apply: 52.219-28, 52.222-3, 52.222-19, 52.222- 21, 52.222-26, 52.222-36, 52.225-3, 52.225-13, and 52.225-33. In the event the vendor will accept payment via the Government Purchase Card (Mastercard), the vendor shall annotate on its offer that it will accept the purchase card, and clause 52.232-33 will be superseded by clause 52.232-36. All sources wishing to provide a quotation must respond by 5:00 PM, December 27, 2021. Quotations should be addressed to USNPRC 950 College Station Rd, Athens, GA 30605. POC is Kelly Bero, Purchasing Agent, 706/546-3025. Please email to Kelly.Bero@usda.gov. All responses will be evaluated to determine the equipment’s capability to meet the above requirements.

Attachments / Links:


Document Size Updated date Download

Contact Information:


141 EXPERIMENT STATION ROAD

STONEVILLE , MS 38776

USA

Primary Point of Contacts:

Kelly L. Bero