Annual Service Maintenance Agreement for Autoclaves
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, utilizing simplified acquisition procedures as authorized by FAR 13.5 and supp... This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, utilizing simplified acquisition procedures as authorized by FAR 13.5 and supplemented with additional information included in this notice and it's attachments. This announcement constitutes the only solicitation; quotes are being requested, and no other written solicitation will not be issued. The solicitation number is 12405B21Q0085A and is issued as a request for quotation (RFQ). The NAICS code is 811219, Other Electronic and Precision Equipment Repair and Maintenance. This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2021-06. The USDA, ARS, USNPRC- RRC in Athens, GA requires the following service: Annual service/maintenance agreement for all equipment listed in exhibit 1. The quote should include: 1. Quarterly inspections and preventive maintenance of all equipment listed in Exhibit 1. 2. Comprehensive maintenance coverage to include: 1. All original equipment manufacturer (OEM) recommended quarterly maintenance and safety standards. 2. Scheduled maintenance costs including labor, travel, and parts for all equipment listed in Exhibit 1. 3. Any unscheduled repair, maintenance, travel, and parts cost. 4. Priority 24/7 technical support for our employees requiring assistance. 5. Priority 24/7 equipment repair and response for equipment listed in Exhibit 1. 6. Onsite response times of less than four hours if a piece of equipment listed in Exhibit 1 breaks and requires emergency repair. 7. Provide detailed service records and maintenance reports upon request. 8. Only manufacturer’s original parts will be used on all equipment, and companies must provide proof they are authorized to purchase parts from Steris corporation. Documentation will be verified with Steris to assure companies are an authorized partner. 9. If the contractor must use an aftermarket part for a repair, prior to purchase and installation they must seek written approval from John Trammel or David Haley before the work begins. 1. Companies submitting quotes must provide the following information: 1. Proof of competency, required certifications, and completion of training for maintenance on all items listed in Exhibit 1. 2. References from other companies using their services for the maintenance of steam generating equipment. 1. Companies submitting quotes should provide a base-year price and include pricing for four additional option years. 2. Contract will start 9/1/2021. See the attached Statement of Work (SOW) for further information. The period of performance will be for a base and four option years listed below: BASE: 09/01/2021-08/31/2022 OPTION YEAR 1: 09/01/2022-08/31/2023 OPTION YEAR 2: 09/01/2023-08/31/2024 OPTION YEAR 3: 09/01/2024-08/31/2025 OPTION YEAR 4: 09/01/2025-08/31/2026 Vendors that submit a quote must be a Steris authorized reseller of Steris products and services and should submit a letter or other confirmation from Steris to affirm status as a Steris authorized reseller/servicer. Any quotes not meeting the minimum specifications will not be considered. Place of Performance: 950 College Station Road, Athens, GA 30605. 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 tradeins, 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 Service Contract Act Wage Determinations will apply to this contract. 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. 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.fbo.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 on overall BEST VALUE to the Government. 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 2:00 p.m. central standard time, August 18, 2021. Quotations are to be addressed to Jessica Pacheco, Contract Specialist, at jessica.pacheco@usda.gov. Additional information may be obtained by contacting the Contract Specialist by email.
Data sourced from SAM.gov.
View Official Posting »