Skip to main content

An official website of the United States government

You have 2 new alerts

Device Evaluation and Service Plan - Orient NY

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 (Updated)
  • Updated Published Date: Jan 05, 2024 03:45 pm EST
  • Original Published Date: Jan 05, 2024 03:44 pm EST
  • Updated Date Offers Due: Jan 11, 2024 09:00 am EST
  • Original Date Offers Due: Jan 11, 2024 09:00 am EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jan 26, 2024
  • Original Inactive Date: Jan 26, 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:
    Orient , NY 11957
    USA

Description

This is a combined synopsis/solicitation for a commercial service 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 12805B24Q0072 and is issued as a request for quotation (RFQ).  This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2023-06. The associated NAICS Code is 334516.

The USDA, Agricultural Research Service, NEA FOREIGN ANIMAL DISEASE RESEARCH requires a Device Evaluation and Service Plan. See Attachment 001 for more detail. The Government intends to award a firm fixed price level of effort purchase order.
The requirements are further detailed in the attached Requirements Document(s.)

The DELIVERY ADDRESS is:
NEA FOREIGN ANIMAL DISEASE RESEARCH
40550 ROUTE 25
ORIENT POINT NY 11957

DOCUMENTS TO BE INCLUDED IN QUOTE:  In order to be considered for award, Offerors shall respond by submitting the below:

1.    Transmittal Summary Letter. A summary cover letter (can be text body of quote email) providing at a minimum:  

  1.1    Offeror Quote Reference Number, Quote Expiration Date, Business Name, ueiSAM Number, and Quote Point of Contact (name and email address.)

  1.2    Statement confirming active SAM.gov registration and completion of FAR 52.204-24 representations.  Example Statement: “[insert company name] is SAM.gov registration active and has electronically completed FAR 52.204-24 representations.”

  1.3      Statement confirming compliance with the clause at AGAR 452.228-71 Insurance Coverage, see clause section above.   Example Statement: “[insert company name] can present evidence to show, as a minimum, the amounts of insurance coverage indicated by the clause at AGAR 452.228-71 Insurance Coverage.”

2.    Quote Pricing Document. Document shall provide pricing breakout, all options must be priced, in accordance with the CLIN structure, units of measure, and services requested.  The CLIN information is listed in this document in the “SCHEDULE and CLIN Structure” section.  

**Response Notes:

1.  No advance background check or training information is required as part of the solicitation process.

2.  Inquiries and all correspondence concerning this solicitation should be submitted in writing to the Contracting Officer. Offerors should contact only the Contracting Officer issuing the solicitation about any aspect of this requirement prior to contract award.

3.  Please include the RFQ Number in the title line of the response email.

Any amendment and documents related to this procurement will be available electronically at the Government Point of Entry (sam.gov).
FAR clauses 52.212-1, 52.212-2, 52.212-3, 52.212-4 and 52.212-5 (and any addenda to those clauses) are included in the attached clauses and provisions document. Additionally, other contract requirements and terms/conditions can be located in the same document.
The Government anticipates award of a contract resulting from this solicitation to the responsible offeror whose quote conforms to the specifications that will be the most advantageous to the Government in accordance with FAR 13.106-2 considering three major areas: technical acceptance, past performance and price. Quotes will be evaluated by performing a comparative evaluation in accordance with FAR 13.106-2(b)(3) to determine which quote represents the Lowest Price Technically Available.  The full evaluation of offers detail is provided in the attached clauses and provisions document. 

Interested sources shall furnish a quotation by the time and dated noted in the General Information, “Date Offers Due” fields above.  Quotations are to be sent via email to Christopher Turner at christopher.c.turner@usda.gov.
Failure to provide the required information in the requested format may result in quotes not being considered for award.
Attached Provisions/Clauses apply to this RFQ and any subsequent award.

***Inquiries and all correspondence concerning this solicitation should be submitted in writing to the Contracting Officer. Offerors should contact only the Contracting Officer issuing the solicitation about any aspect of this requirement prior to contract award.***

Contact Information

Contracting Office Address

  • 2150 CENTRE AVENUE BLDG D, SUITE 300
  • FORT COLLINS , CO 80526
  • USA

Primary Point of Contact

Secondary Point of Contact





History