Service Contract on Steris AMSCO Steam Sterilizer, Base plus up Option Years for the USDA, ARS, WHNRC in Davis, CA
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
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)
- Original Published Date: Sep 01, 2023 07:41 pm EDT
- Original Date Offers Due: Sep 11, 2023 03:00 pm EDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Sep 26, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code:
- NAICS Code:
- 811210 - Electronic and Precision Equipment Repair and Maintenance
- Place of Performance: Davis , CA 95616USA
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the procedures contained in FAR Part 12.6, Acquisition of Commercial Items, and FAR Part 13, Simplified Acquisition Procedures, 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 12905B23Q0249 and is issued as a Request for Quotation (RFQ).
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2023-05 issued August 8, 2023. Service Contract Labor Standards Wage Determination Number 2015-5631 Revision 19 Effective July 14, 2023 for Yolo County, California is applicable and is attached.
This solicitation is issued as Unrestricted. The associated NAICS code is 811210 and the small business size standard is $34 million.
List CLINS, item descriptions, quantities and units of measure:
- CLIN 0001 – Base Year September 18, 2023 – September 17, 2024
Comprehensive service agreement including four (4) PM visits , cleaning the internal and external parts of the instrument, repair or replacement of any needed parts/components, and performing system checks and tests. Labor, travel and costs for parts should be included. Technical support must be available during normal working hours, M-F, 8 a.m. to 5 p.m. Pacific time, excluding Federal holidays. Response time for unscheduled service by phone should be within four (4) hours and on-site service within 48 hours.
- CLIN 1001 – Option Year 1 September 18, 2024 – September 17, 2025
Comprehensive service agreement including four (4) PM visits , cleaning the internal and external parts of the instrument, repair or replacement of any needed parts/components, and performing system checks and tests. Labor, travel and costs for parts should be included. Technical support must be available during normal working hours, M-F, 8 a.m. to 5 p.m. Pacific time, excluding Federal holidays. Response time for unscheduled service by phone should be within four (4) hours and on-site service within 48 hours.
- CLIN 2001 - Option Year 2 - September 18, 2025 – September 17, 2026
Comprehensive service agreement including four (4) PM visits , cleaning the internal and external parts of the instrument, repair or replacement of any needed parts/components, and performing system checks and tests. Labor, travel and costs for parts should be included. Technical support must be available during normal working hours, M-F, 8 a.m. to 5 p.m. Pacific time, excluding Federal holidays. Response time for unscheduled service by phone should be within four (4) hours and on-site service within 48 hours.
- CLIN 3001 – Option Year 3 September 18, 2026 – September 17, 2027
Comprehensive service agreement including four (4) PM visits , cleaning the internal and external parts of the instrument, repair or replacement of any needed parts/components, and performing system checks and tests. Labor, travel and costs for parts should be included. Technical support must be available during normal working hours, M-F, 8 a.m. to 5 p.m. Pacific time, excluding Federal holidays. Response time for unscheduled service by phone should be within four (4) hours and on-site service within 48 hours.
Description/Statement of Work/Specification: Please see attached Statement of Work
Date(s) and place(s) of delivery and acceptance:
The period of performance starts on September 18, 2023 for the base year of service and lasts for twelve (12) months. Service will be performed on site at the USDA, ARS, WHNRC at 430 West Health Sciences Drive in Davis, CA 95616. There will be three additional option periods.
FAR Provision 52.212-1, Instructions to Offerors-Commercial, is incorporated by reference and applies to this acquisition. Please see the attached RFQ terms and conditions for the submission requirements and its addendum.
Evaluation:
For the evaluation criteria, please see the attached RFQ terms and conditions.
Offerors are required to complete in full FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer online at SAM: www.sam.gov. An offeror must state in their offer if they completed FAR 52.212-3 online and that is it up-to-date and valid. See the attached RFQ terms and conditions for more requirements.
FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition. Please see the attached RFQ terms and conditions for its Addendum.
FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, is incorporated and applies to this acquisition. Please see the attached RFQ terms and conditions that are applicable to the acquisition.
There are no additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices.
The Defense Priorities and Allocations System (DPAS) and assigned ratings are not applicable to this solicitation.
Date, time and place offers are due. Offers are due by September 11, 2023 at 3pm EDT.
Submit offers to the following e-mail address(es), by the offer due date and time:
Shelley Steen at shelley.steen@usda.gov
Late quotes after the established deadline may be considered only if it is in the government’s best interest and if it will not unduly delay award.
Any and all questions regarding this solicitation shall be submitted in writing to Shelley Steen, shelley.steen@usda.gov no later than September 7, 2023 at 3pm EDT.
Attachments/Links
Contact Information
Contracting Office Address
- 800 BUCHANAN STREET
- ALBANY , CA 94710
- USA
Primary Point of Contact
- Shelley Steen
- shelley.steen@usda.gov
- Phone Number 5105596350
Secondary Point of Contact
History
- Sep 26, 2023 11:55 pm EDTCombined Synopsis/Solicitation (Updated)
- Sep 01, 2023 07:41 pm EDTCombined Synopsis/Solicitation (Original)