Beckman Coulter/Beckman Equipment Service Contract
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: Solicitation (Original)
- Original Published Date: Apr 10, 2024 03:17 pm CDT
- Original Date Offers Due: Apr 25, 2024 02:00 pm CDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: May 10, 2024
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: 6640 - LABORATORY EQUIPMENT AND SUPPLIES
- NAICS Code:
- 334516 - Analytical Laboratory Instrument Manufacturing
- Place of Performance: Ames , IA 50010USA
Description
Solicitation number 12505B24Q0095 Beckman Coulter/Beckman Equipment Service Contract is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-03. This is a 100% Total Small Business Set-aside. The associated NAICS code is 334516 (Analytical Laboratory Instrument Manufacturing), with a small business size standard of 1,000 employees and a PSC Code of 6640 (Laboratory Equipment and Supplies).
This acquisition is for the following item as identified in the Line Item Number(s):
0001 Base Year: Avanti JXN-30 Centrifuge SN: JXY22L005
0002 Base Year: Avanti J-HC Centrifuge SN: JPG22M005
0003 Base Year: Avanti J-HC Centrifuge SN: JPG22M006
0004 Base Year: Optima Max-XP Ultracentrifuge SN: CTZ22L025
1001 Option Year 1: Avanti JXN-30 Centrifuge SN: JXY22L005
1002 Option Year 1: Avanti J-HC Centrifuge SN: JPG22M005
1003 Option Year 1: Avanti J-HC Centrifuge SN: JPG22M006
1004 Option Year 1: Optima Max-XP Ultracentrifuge SN: CTZ22L025
2001 Option Year 2: Avanti JXN-30 Centrifuge SN: JXY22L005
2002 Option Year 2: Avanti J-HC Centrifuge SN: JPG22M005
2003 Option Year 2: Avanti J-HC Centrifuge SN: JPG22M006
2004 Option Year 2: Optima Max-XP Ultracentrifuge SN: CTZ22L025
3001 Option Year 3: Avanti JXN-30 Centrifuge SN: JXY22L005
3002 Option Year 3: Avanti J-HC Centrifuge SN: JPG22M005
3003 Option Year 3: Avanti J-HC Centrifuge SN: JPG22M006
3004 Option Year 3: Optima Max-XP Ultracentrifuge SN: CTZ22L025
4001 Option Year 4: Avanti JXN-30 Centrifuge SN: JXY22L005
4002 Option Year 4: Avanti J-HC Centrifuge SN: JPG22M005
4003 Option Year 4: Avanti J-HC Centrifuge SN: JPG22M006
4004 Option Year 4: Optima Max-XP Ultracentrifuge SN: CTZ22L025
Specifications: See attached RFQ 12505B24Q0095
Quoters responding to this announcement shall submit their quote in accordance with FAR 52.212-1. Submission of quote shall include the following:
(1) Price (to include shipping),
(2) Technical Specifications,
All responses shall be submitted electronically to debora.wells@usda.gov.
The 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, the criteria for evaluation are: (1) Technical Specifications and (2) Price (to include shipping) 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: Data will be inspected by the technical representative and accepted at destination. All maintenance and repairs will be completed on site 1920 Dayton Ave, Ames IA or the vendor will pay for the shipping of the repairable item to and from the site of repair The Government anticipates award of a Firm Fixed Price contract.
See attached RFQ 12505B24Q0095 document for the Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses that apply to this acquisition.
To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. All invoices shall be submitted electronically.
Quotes must be received via email to debora.wells@usda.gov by time specified in SF1449 box 8. Questions in regard to this combined synopsis/solicitation are due no later than 2:00 PM CT on 17 April 2024. Answers to any questions received by that time will be posted as an amendment to this solicitation.
Attachments/Links
Contact Information
Contracting Office Address
- 1815 N UNIVERSITY STREET
- PEORIA , IL 61604
- USA
Primary Point of Contact
- Debora Wells
- debora.wells@usda.gov
- Phone Number 9706314803
Secondary Point of Contact
History
- Jul 31, 2024 10:55 pm CDTAward Notice (Original)
- May 10, 2024 10:55 pm CDTSolicitation (Original)