Georgia Bids > Bid Detail

Camcontrols calibration and certification

Agency:
Level of Government: Federal
Category:
  • H - Quality Control, Testing, and Inspection Services
Opps ID: NBD00159511508525689
Posted Date: Feb 28, 2024
Due Date: Mar 4, 2024
Source: https://sam.gov/opp/10bf1ddd42...
Follow
Camcontrols calibration and certification
Active
Contract Opportunity
Notice ID
12405B24Q0100
Related Notice
Department/Ind. Agency
AGRICULTURE, DEPARTMENT OF
Sub-tier
AGRICULTURAL RESEARCH SERVICE
Office
USDA ARS SEA 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-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Feb 28, 2024 02:37 pm CST
  • Original Date Offers Due: Mar 04, 2024 08:00 am CST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Mar 19, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: H999 - OTHER QC/TEST/INSPECT- MISCELLANEOUS
  • NAICS Code:
    • 541380 - Testing Laboratories and Services
  • Place of Performance:
    Athens , GA 30605
    USA
Description

STATEMENT OF WORK



Calibration and Re-Certification on 2 CamControl Units



United States National Poultry Research Center



2/13/2024





This is a combined synopsis/solicitation for commercial items 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 12405B24Q0100 and is issued as a request for quotation (RFQ). The NAICS code is 541380 – Testing Laboratories and Services. This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular FAC 2024-02





Any quotes not meeting the minimum specifications will not be considered.





GENERAL





SCOPE OF WORK. This contract is located at the USNPRC SEPRL at 934 College Station Road Athens GA, 30605. The contract requirements are defined in this Statement of Work (SOW). The Contractor will be responsible for replacing the existing legacy Lenel ISC panels to X Series.





The purpose of this SOW is to solicit bids for the following:



Lot calibration and re-certification of two CamControls.



Two shipping cases for shipment will be provided by contractor. Contractor will pay shipping for the empty cases to USNPRC.



Freight for transport of the CamControls from USNPRC must be included in the quote.



Contractor will provide shipping of units back to USNPRC after service has been provided.



Contractor will pay return shipping for the empty shipping cases.



All calibrations and recertification must be provided to allow for units to be shipped back to USNPRC in approximately 30 days.



Upon receipt of the CamControls, the contractor is required to inspect the units, focusing particularly on the vapor reading device’s filter issue, as discussed. The contractor will diagnose the issue and, if additional service is required, provide a detailed cost estimate for the necessary repairs.





PHYSICAL SECURITY. Contractor will be required to follow all USDA physical security and safety rule/regulations.





HOURS OF OPERATION. Normal Hours. The USNPRC is open Monday through Friday from 8am until 4pm except for Government holidays.





GOVERNMENT-FURNISHED PROPERTY AND SERVICES





No Government-furnished property will be provided. Government-furnished utilities will be provided where available.





CONTRACTOR-FURNISHED ITEMS AND SERVICES





GENERAL. Contractor shall furnish everything required to perform this Statement of Work.





CLEAN-UP. The Contractor is responsible for cleanup of any work site.





Technical Point of Contact: Wilfredo Olmedo, 706-546-3515



Wilfredo.Olmedo@usda.gov





Place of performance: SEA U.S. NATIONAL POULTRY RESEARCH



950 COLLEGE STATION ROAD



ATHENS GA 30605





Quotes are due: 03/4/2024 at 8:00 AM (CT)





All responsible businesses meeting the requirements may submit a quote which shall be considered by the Agency.





DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award Offerors shall provide 1) a Quote on company letterhead detailing the item description, unit price per item, discounts for trade-ins, total price and valid for at least 60 days after receipt of quote; and 2) FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATION-COMMERCIAL ITEMS; The Representation and Certification section must be completed electronically in the System for Award Management (SAM) website at www.sam.gov.





REJECTION OF QUOTATION: Failure to demonstrate compliance will be caused to reject the quote without further discussions. All responsible sources may submit an offer and will be considered.





The following clauses and provisions apply to this acquisition. 52.252-2 Clauses Incorporated by Reference; 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS; 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS applies,; 52.222-3, Convict Labor; 52.233-3, Protest after award; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts; 52.223-15 Energy Efficiency in Energy-Consuming Products; 52.223-17 Affirmative Procurement of EPA-designated Items in Service and Construction Contracts; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - System for Award Management; applicable to this acquisition; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS; 52.223-1 Biobased Product Certification; 52.223-4 Recovered Materials Certification; 52.212-2 Evaluation-Commercial Items ; 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS; 52.217-8 Option to Extend Services.





QUOTED PRICE MUST INCLUDE: any delivery costs as well as any applicable duties, brokerage, or customs fees.





DELIVERY DUE DATE: The Government requires delivery on or before 30 ARO, however, each offeror shall include their proposed delivery schedule as part of their quotation.





PAYMENT: Any award made under this solicitation is subject to 31 CFR Part 208 which requires all payments made by the government to be made by electronic funds transfer.



Contractors intending to conduct business with the Federal Government MUST register with the System for Award Management (SAM) database prior to submitting quotation. You may register online at www.sam.gov. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.sam.gov.



FAR 52.212-2, Evaluation-Commercial Item, the significant evaluation factors, in the relative order of importance, are (i) technical capability of the item offered to meet the Government requirement including delivery date; (ii) past performance; and (iii) price (based on F.O.B. Destination), technical and past performance are more important than price. Award will be made based low price, technically acceptable.





The government anticipates award of a firm fixed priced contract resulting from this solicitation to the responsible offeror whose offer conforms to the specifications that will be the most advantageous to the government in accordance with FAR 13.106-2. Responses shall include technical specifications, descriptive material, and capabilities of the offeror’s equipment. Offerors shall identity where the offered item meets or does not meet each of the Government's functional and performance minimum specifications listed herein. All sources wishing to furnish a quotation must respond by 03/4/2024 at 8:00 AM (CT). Quotations are to be addressed to Jovan Haynes, Purchasing Agent, at jovan.haynes@usda.gov. Additional information may be obtained by contacting the Purchasing Agent by email.




Attachments/Links
Contact Information
Contracting Office Address
  • 141 EXPERIMENT STATION ROAD
  • STONEVILLE , MS 38776
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Feb 28, 2024 02:37 pm CSTCombined 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 >