Beckman Avanti JE High Speed Centrifuge Service

expired opportunity(Expired)
From: Federal Government(Federal)
12505B23Q0057

Basic Details

started - 22 Mar, 2023 (13 months ago)

Start Date

22 Mar, 2023 (13 months ago)
due - 29 Mar, 2023 (13 months ago)

Due Date

29 Mar, 2023 (13 months ago)
Bid Notification

Type

Bid Notification
12505B23Q0057

Identifier

12505B23Q0057
AGRICULTURE, DEPARTMENT OF

Customer / Agency

AGRICULTURE, DEPARTMENT OF (29484)AGRICULTURAL RESEARCH SERVICE (9095)USDA ARS MWA AAO ACQ/PER PROP (1531)

Attachments (4)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 number 12505B23Q0057 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-01 dated December 30, 2022. This solicitation will be a Total Small Business set aside. The associated NAICS code is 811210 (Electronic and Precision Equipment Repair and Maintenance), with a small business size standard of $30 million.This acquisition is for the following item as identified in the Line Items:0001) Beckman Avanti JE High Speed Centrifuge Service Agreement for SN: JSE10F070002) Beckman Avanti JE High Speed Centrifuge Service Agreement for SN: JSE10F08Description
of Work: The USDA requires a service contract for two (2) Beckman Avanti JE High Speed Centrifuges located in Ames, IA in accordance with the Statement of Work. The Contractor shall provide all items F.O.B. destination. Location of the Government site is aboard USDA ARS Ames, IA 50010 and will be identified in the contract. The Government anticipates award of a Firm Fixed Price contract.Offerors responding to this announcement shall submit their quote in accordance with FAR 52.212-1 Instructions to Offerors—Commercial Products and Commercial Services. Submission of quote shall include the following: (1) Technical and (2) Price.All responses shall be submitted electronically to joel.maas@usda.govThe basis for award is Lowest Price Technically Acceptable (LPTA). LPTA means the best value is expected to result from selection of the technically acceptable quote with the lowest evaluated price. Pursuant to FAR 52.212-2 Evaluation—Commercial Products and Commercial Services, the criteria for evaluation are: (1) Technical and (2) Price and must also have satisfactory Past Performance. The lowest priced quote will first be evaluated for technical acceptability in accordance with the minimum specifications identified. If determined not technically acceptable, it will be removed from competition and the next lowest priced quote will be evaluated for technical acceptability. This will continue until the lowest price quote is determined technically acceptable. Once the lowest priced quote is determined technically acceptable, then a determination of responsibility will be completed. If found responsible, evaluations will be closed and award will be made.INSPECTON AND ACCEPTANCE TERMS: Services will be inspected by Contracting Officer Representative (COR) and accepted at destination. Period of performance is one year.The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition: FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements; FAR 52.204-7 System for Award Management; FAR 52.204-9 Personal Identity Verification of Contractor Personnel; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-13 System for Award Management Maintenance; FAR 52.204-16 Commercial and Government Entity Code Reporting; FAR 52.204-17 Ownership or Control of Offeror; FAR 52.204-18 Commercial and Government Entity Code Reporting; FAR 52.204-20 Predecessor of Offeror; FAR 52.204-22 Alternative Line Item Proposal; FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities; FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment; FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment; FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation; AGAR 452.204-70 Inquiries; FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation; FAR 52.209-6 Protecting the Government’s Interests when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law; AGAR 452.209-71 Assurance Regarding Felony Conviction or Tax Delinquent Status for Corporate Applicants; FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation-Commercial Items (filled in as follows: Technical and price); FAR 52.212-3 Offeror Representations and Certifications—Commercial Items; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; FAR 52.219-28 Post Award Small Business Program Rerepresentation; AGAR 452.219-70 Size Standard and NAICS Code Information; FAR 52.222-3 Convict Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-22 Previous Contracts and Compliance Reports; FAR 52.222-25 Affirmative Action Compliance; FAR 52.222-26, Equal Opportunity; FAR 52.222-36 Equal Opportunity for Workers with Disabilities; FAR 52.222-41 Service Contract Labor Standards; FAR 52.222-42 Statement of Equivalent Rates for Federal Hires; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.222-55 Minimum Wages Under Executive Order 14026; FAR 52.222-62 Paid Sick Leave Under Executive Order 13706; FAR 52.223-1 Biobased Product Certification; FAR 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts; FAR 52.223-5 Alt 1 Pollution Prevention and Right-to-Know Information; FAR 52.223-6 Drug-Free Workplace; FAR 52.223-10 Waste Reduction Program; FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.223-20 Aerosols; FAR 52.223-21 Foams; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-25 Prohibitions on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Reps and Certs; FAR 52.232-1 Payments; FAR 52.232-8 Discounts for Prompt Payment; FAR 52.232-11 Extras; FAR 52.232-19 Availability of Funds for the Next Fiscal Year; FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management; FAR 52.232-39 Unenforceability of Unauthorized Obligations; FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors; FAR 52.233-1 Disputes; FAR 52.233-4 Applicable Law for Breach of Contract; FAR 52.237-1 Site Visit; FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation; FAR 52.246-20 Warranty of Services; FAR 52.252-1 Solicitations Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.253-1 Computer Generated Forms.To be eligible for an award, all contractors must be registered in the System for Award Management (SAM) at the time the quote is submitted. A contractor can contact SAM by calling 1-866-606-8220 or www.sam.gov. NO EXCEPTIONS. A SAM UEI number is required in order to register. All invoices shall be submitted electronically.Qoutes must be received no later than 5:00 PM Eastern Time on March 29, 2022.Questions in regard to this combined synopsis/solicitation are due no later than 2:00 PM Eastern on March 24, 2022. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation.DISCLAIMER: The official contract documents are located on the government webpage and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to Contract Opportunities for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offeror's responsibility to check the website periodically for any amendments to this solicitation. Websites are occasionally inaccessible, due to various reasons. The Government is not responsible for any loss of internet connectivity or for an offeror's inability to access the documents posted on the referenced web pages. The Government will not issue paper copies.Biobased Products: This procurement requires the use of Biobased products to the extent that such products are reasonably available, meet agency or relevant industry performance standards, and are reasonably priced. The products should first be acquired from the USDA designated product categories. All supplies and materials shall be of a type and quantity that conform to applicable Federal specifications and standards, and to the extent feasible and reasonable, include the exclusive use of biobased and recycled products. Please visit www.biopreferred.gov for more information on the USDA Biobased Program and to reference the catalog of mandatory biobased products.

Location

Place Of Performance : N/A

Country : United StatesState : IowaCity : Ames

You may also like

SERVICE AGREEMENT FOR LABORATORY FREEZERS, INCUBATORS, AND CENTRIFUGES

Due: 14 Feb, 2025 (in 9 months)Agency: NATIONAL INSTITUTES OF HEALTH

BECKMAN AVANTI CENTRIFUGE

Due: 16 Dec, 2024 (in 7 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Beckman Coulter Centrifuge Annual Service

Due: 23 Apr, 2024 (Today)Agency: DEPT OF DEFENSE

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 811210Electronic and Precision Equipment Repair and Maintenance
pscCode J066Maintenance, Repair and Rebuilding of Equipment: Instruments and Laboratory Equipment