United States Department of Agriculture

Service for Revvity Ensight Multimode Instrument

Last update: Jan 9, 2025 Last update: Jan 9, 2025

Details

Location:USA
USA
Category:Non-consulting services
Status:Awarded
Sectors:Laboratory & Measurement
Languages:English
Contracting authority type:Government / Public Sector
Eligibility:Organisation
Budget:N/A
Date posted: Dec 5, 2024

Attachments 4

Associated Awards

Project cycle timeline

STAGES
EARLY INTELLIGENCE
PROCUREMENT
IMPLEMENTATION
Cancelled
Status
Programming
Formulation
Approval
Forecast
Open
Closed
Shortlisted
Awarded
Evaluation

Quick summary

Objectives: The tender seeks a service and maintenance contract for the Revvity Ensight Multimode Detector, including one preventive maintenance service visit and unlimited emergency visits by factory-trained engineers. This contract is essential for ensuring reliable operation in support of the NCAH research mission, covering the period from December 23, 2024, to December 22, 2030, including a base year and four option years.
Eligibility criteria: The contract is set aside for total small business participation (FAR 19.5). Eligible contractors must be registered in the System for Award Manag...

Description

SERVICE FOR REVVITY ENSIGHT MULTIMODE INSTRUMENT

Contract Opportunity

Notice ID:
12505B25Q0026
Related Notice:
Department/Ind. Agency:
AGRICULTURE, DEPARTMENT OF
Sub-tier:
AGRICULTURAL RESEARCH SERVICE
Office:
USDA ARS MWA AAO ACQ/PER PROP

General Information:

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • Original Published Date: Dec 04, 2024 02:09 pm CST
  • Original Date Offers Due: Dec 13, 2024 02:00 pm CST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Dec 28, 2024
  • Initiative:
    • None

Classification:

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J066 - MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT
  • NAICS Code:
    • 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
  • Place of Performance:
    Ames , IA 50010
    USA

Description:

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 Notice is Subject to Availability of Funding. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number 12505B25Q0026 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-01 dated November 11, 2024. This solicitation will be a Total Small Business Set Aside. The associated NAICS code is 811310 (Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance) with a small business size standard of $13 million.

The acquisition is for the following item as identified in the Line Items:

0001) SERVICE AND MAINTENANCE CONTRACT FOR REVVITY INSTRUMENT, BASE YEAR, 12/23/2024-12/22/2025

1001) SERVICE AND MAINTENANCE CONTRACT FOR REVVITY INSTRUMENT, OPTION YEAR 1, 12/23/2025-12/22/2026       

2001) SERVICE AND MAINTENANCE CONTRACT FOR REVVITY INSTRUMENT, OPTION YEAR 2, 12/23/2026-12/22/2027       

3001) SERVICE AND MAINTENANCE CONTRACT FOR REVVITY INSTRUMENT, OPTION YEAR 3, 12/23/2027-12/22/2028       

4001) SERVICE AND MAINTENANCE CONTRACT FOR REVVITY INSTRUMENT, OPTION YEAR 4, 12/23/2028-12/22/2030

Description of work: The USDA has a requirement for – factory trained engineers to perform one (1) preventative maintenance service visit and unlimited emergency visits on the Revvity Ensight Multimode Detector, located at 1920 Dayton Ave, Ames, Iowa. The Contractor shall provide all services F.O.B. destination. Location of the Government site is aboard USDA, in Ames, IA and will also be identified in the Contract. The Government anticipates award of a Firm Fixed Price contract.

See attached Clauses and Provisions document for the Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses that apply to this acquisition. Offerors responding to this announcement shall submit their quote in accordance with FAR 52.212-1 Instruction to Offerors Commercial Products and Commercial Services and include a copy of 52.212-3 Offeror Representations-Commercial Products and Commercial Services.

Submission of quote shall include the following: (1) Technical and (2) Price. All responses shall be submitted electronically to jeffery.kathman@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 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 evaluation 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:

0001 Base - 12/23/2024-12/22/2025. 

1001 Option 1 – 12/23/2025-12/22/2026

2001 Option 2 - 12/23/2026-12/22/2027

3001 Option 3 - 12/23/2027-12/22/2028

4001 Option 4 – 12/23/2028-12/22/2029

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. 

Quotes must be received no later than 2:00 PM Central Time on December 13, 2024. Questions regarding this combined synopsis/solicitation are due no later than 5:00 PM Central on December 10, 2024. 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.

Want to unlock full information?
Member-only information. Become a member to access this information. Procurement notices from over 120+ donors and banks are available here