ORBITRAP ID-X, STD Maintenance Service Plan

Agency: AGRICULTURE, DEPARTMENT OF
State: Maryland
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159880479813141
Posted Date: Mar 25, 2024
Due Date: Mar 28, 2024
Solicitation No: 12305B24Q0053-B
Source: Members Only
Follow
ORBITRAP ID-X, STD Maintenance Service Plan
Active
Contract Opportunity
Notice ID
12305B24Q0053-B
Related Notice
Department/Ind. Agency
AGRICULTURE, DEPARTMENT OF
Sub-tier
AGRICULTURAL RESEARCH SERVICE
Office
USDA ARS NEA AAO ACQ/PER PROP
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 25, 2024 10:04 am EDT
  • Original Date Offers Due: Mar 28, 2024 04:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 12, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J066 - MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT
  • NAICS Code:
    • 334516 - Analytical Laboratory Instrument Manufacturing
  • Place of Performance:
    Beltsville , MD 20705
    USA
Description

Please read the attached Combined Synopsis Solicitation and attachments in their entirety. Quotes should be submitted on company letterhead, in a pdf file.



This notice is being published in accordance with FAR Part 13, Simplified Acquisition Procedures.



This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.



(i) Review the following:



(ii) The solicitation number and a statement that the solicitation is issued as a Request for Quotation (RFQ).



(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAR FAC 2024-03 February 23, 2024 .



(iv) The associated NAICS code is 334516 and size standard is 1,000 employees.



(v) See attached document for details: Statement of Work (SOW).



(vi) The United States Department of Agriculture (USDA), Agriculture Research Service, has a requirement for: See Solicitation documents,



(vii) Performance location: Baltimore, Md.



(viii) Provision at 52.212-1, Instructions to Offerors—Commercial Products and Commercial Services, applies to this acquisition.



(ix) Provision at 52.212-2, Evaluation—Commercial Products and Commercial Services, applies to this acquisition. The Government intends to award a Firm Fixed-Price (FFP) contract.



In order to be considered for award OFFERORS SHALL SUBMIT THE FOLLOWING:



(a) Submit documentation showing technical capability to meet or exceed Performance Elements and Benchmarks in the Performance Work Statement/Statement of Work/Specifications.



(b) Submit Firm Fixed Price quotation (on company letterhead) detailing services, total price of all line items (and any options) and valid for at least 60 days after receipt of quote. Item delivered FOB Destination inclusive of all costs.



(c) Submit Unique Entity ID & DUNS# with quotation.



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.



(x) Offers must have a completed copy of the provision at 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services, uploaded on Sam.gov by the time quotes are due.



(xi) The clause at 52.212-4, Contract Terms and Conditions—Commercial Products and Commercial Services, applies to this acquisition.



(xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services, applies to this acquisition. See attached clauses for additional applicable clauses.



(xiv) All questions regarding this announcement must be submitted in writing to the Contracting Specialist, via email to tiffany.pimble@usda.gov by TWO DAYS BEFORE THE SOLICITATION CLOSES. Telephone requests for information will not be accepted or returned. Quotes are due SEE MAIN POSTING PAGE by email to, Tiffany Pimble at tiffany.pimble@usda.gov.





NOTE: FAR 52.219-14, Limitations on Subcontracting. All interested parties shall submit documentation clearly identifying how they will comply, (i.e. who are the sub-contractors, names, certifications, etc.). Ref: https://www.acquisition.gov/far/52.219-14





DISCUSSIONS: The Government intends to award without discussions. But reserves the right to conduct discussions should it be deemed in the Government's best interest.





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.





-End-


Attachments/Links
Contact Information
Contracting Office Address
  • 10300 BALTIMORE AVENUE BLDG 003, RM 223, BARC-WEST
  • BELTSVILLE , MD 20705
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 25, 2024 10:04 am EDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >