Multiple Device Preventative Maintenance
ID: 12805B25Q0007Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFAGRICULTURAL RESEARCH SERVICEUSDA ARS PA AAO ACQ/PER PROPFORT COLLINS, CO, 80526, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT (J066)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking qualified contractors to provide preventative maintenance services for multiple laboratory instruments at the Cereal Crops Research Unit in Fargo, North Dakota. The contract requires annual maintenance on three specific devices: the PerkinElmer Single Kernel Characterization System, Aquamatic 5200 moisture meter, and Lab Mill 3100, ensuring their reliability and operational integrity for critical wheat quality research. Interested small businesses must submit their quotations by the specified deadline, with all inquiries directed to Christopher Turner at christopher.c.turner@usda.gov. The performance period extends from November 15, 2024, to November 14, 2029, and compliance with federal wage determinations is mandatory.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for annual preventive maintenance (PM) services on three laboratory instruments—the PerkinElmer Single Kernel Characterization System (SKCS), Aquamatic 5200 moisture meter, and Lab Mill 3100—owned by the Cereal Crops Research Unit at North Dakota State University. The contractor is expected to provide qualified, OEM-certified technicians to perform the maintenance on-site at the NDSU Peltier Complex, with scheduling coordinated by USDA-ARS to ensure maintenance occurs by the end of April each year. The project specifies that all travel costs are incurred by the contractor and allows for a single annual service visit to complete all PM tasks. Access to the laboratory will be granted Monday through Friday during specified hours. Invoicing must occur post-delivery in accordance with federal payment regulations. This statement serves to ensure the reliability and functional integrity of essential laboratory equipment critical to wheat quality research, reflecting the USDA's commitment to maintaining operational efficiency and regulatory compliance in agricultural research services.
    This document outlines Wage Determination No. 2015-4969, which falls under the Service Contract Act, detailing required minimum wages and occupational classifications for contracts in Cass County, North Dakota. Contracts effective after January 30, 2022, must pay workers at least $17.20 per hour as per Executive Order 14026 or the higher applicable rate listed. Meanwhile, contracts awarded between January 1, 2015, and January 29, 2022, are subject to Executive Order 13658, mandating a minimum of $12.90 per hour unless a higher wage is specified. The document lists various occupations with corresponding wage rates, fringe benefits, and requirements under two executive orders relating to paid sick leave. Additionally, it highlights processes for conforming unlisted job classifications and compliance with associated benefits, sick leave entitlements, and hazard pay differentials. This guidance is critical for contractors pursuing federal contracts as it ensures adherence to wage and labor laws while promoting fair compensation and occupational standards. The information provided also underscores the government's commitment to protecting worker rights in federal contracting contexts.
    The document outlines the pricing schedule for a government Request for Proposal (RFP) focused on "Multiple Device Preventative Maintenance" over multiple periods. It specifies the need for offerors to insert pricing into highlighted cells for five Contract Line Item Numbers (CLINs) corresponding to the base period and four subsequent option periods, each lasting one year. The periods of performance range from November 15, 2024, to November 14, 2029, as detailed in Attachment 001, which includes the Performance Work Statement. Remarkably, all unit prices are currently set at $0.00, indicating either a blank proposal or a placeholder for future pricing. The total amount for each CLIN is calculated by multiplying the quantity by the unit price, resulting in a grand total of $0.00. This document serves to establish the financial expectations for contractors participating in the maintenance services for government devices, thus ensuring accountability and transparency during the procurement process.
    The document outlines the RFQ 12805B25Q0007 for multiple device preventative maintenance services, detailing the associated FAR and AGAR clauses and provisions. Key aspects include clauses incorporated by reference that define terms regarding payments, protections of government facilities, and conditions relating to small business subcontracting. Notably, there is a focus on compliance with federal laws and executive orders, specifying requirements for contractor conduct and labor standards. The RFQ includes specific instructions for offer preparation, emphasizing timely submission and documentation requirements such as a summary letter, pricing schedule, and acknowledgment of solicitation amendments. Criteria for evaluation incorporate a Lowest Priced Technically Acceptable (LPTA) method, assessing technical acceptability and past performance—all geared towards ensuring effective contract execution with responsible vendors. Additionally, the solicitation specifies a base performance period extending to 2029 and provisions for extensions. This document is part of the government's effort to standardize procurement processes while monitoring compliance with applicable laws, ensuring that all bidders are informed of necessary legal obligations and contract conditions.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Preventative Maintenance Agreement
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking qualified vendors to provide a Preventative Maintenance Agreement for equipment used in research on methane emissions from cattle, located in Las Cruces, New Mexico. The USDA intends to award a sole source contract unless viable competitive options are presented, emphasizing the need for specialized maintenance services for analytical laboratory instruments. This opportunity is critical for ensuring the operational efficiency of research equipment, which plays a significant role in agricultural research and environmental studies. Interested parties should submit a capabilities statement to Contract Specialist James Porter at james.porter@usda.gov, adhering to the guidelines outlined in the Sources Sought Notice, while also complying with the wage determination requirements for service contracts in New Mexico, which mandates a minimum wage of $17.20 per hour for covered workers.
    Flex Choice Service Contract
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking qualified vendors for a Flex Choice Service Contract focused on the maintenance and support of the Waters H-Class UPLC system equipped with a QDa mass-sensitive detector. The procurement requires one annual Preventative Maintenance (PM) visit, unlimited high-priority Corrective Maintenance (CM) visits, and ongoing online and phone support, all to be conducted by Waters-trained engineers using genuine Waters parts to ensure system reliability and performance. This service is critical for maintaining the operational efficiency of advanced analytical systems used in monitoring ingredient levels and performance quality of dietary supplements. Interested parties must submit their capability statements and other required documentation to Elizabeth Wilson at elizabeth.wilson2@usda.gov by November 7, 2024, at 2:00 PM PDT, as this notice is part of the USDA ARS market research and does not constitute a solicitation for proposals.
    Palltronic AquaWIT IV Recalibration Services
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture (USDA), specifically the Agricultural Research Service (ARS), is seeking qualified contractors to provide Palltronic AquaWIT IV Recalibration Services at the National Bio and Agro-Defense Facility (NBAF) in Manhattan, Kansas. The procurement includes a base year of service plus four optional one-year extensions, with the contract anticipated to be awarded as a firm fixed-price purchase order. This service is critical for maintaining the operational efficiency of specialized laboratory equipment, ensuring compliance with manufacturer specifications and quality control standards. Interested parties must submit their quotations by November 4, 2024, at 12:00 p.m. ET, and can direct inquiries to Laura Nessa at laura.nessa@usda.gov.
    Sensititre SWIN PC Replacement
    Active
    Agriculture, Department Of
    The United States Department of Agriculture (USDA), specifically the Agricultural Research Service (ARS), is seeking potential sources for the replacement of a Sensititre SWIN PC at the Roman L. Hurska U.S. Meat Animal Research Center (USMARC) in Clay Center, Nebraska. The procurement requires a firm fixed-price purchase order for the delivery and installation of the SWIN PC, which is critical to USMARC's mission and must be completed within 45 days of award. This proprietary instrument from Thermo Fisher Scientific is essential for interpreting results, saving reference images, and creating custom anti-biograms, making it the only acceptable replacement for the existing system. Interested vendors must submit their capability statements, including relevant qualifications and documentation, to the primary contact, Brian Workman, at Brian.Workman@usda.gov, by the specified deadline, as this notice serves solely for market research and does not constitute a formal solicitation.
    MALDI-TOF Mass Spectrometer
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service, has issued a Combined Synopsis/Solicitation notice for the procurement of a MALDI-TOF Mass Spectrometer. This instrument is used in analytical laboratories for the identification and analysis of various substances. The procurement is set aside for small businesses and the place of performance is in Ames, Iowa, United States. The solicitation is for a Firm Fixed Price contract and the basis for award is Lowest Price Technically Acceptable (LPTA). Interested contractors must submit their quotes electronically by July 26, 2024, and must be registered in the System for Award Management (SAM). The contract documents can be found on the government webpage and any amendments will be posted there as well.
    LI-COR LI-7820 N2O/H2O Trace Gas Analyzer, Analyzer T-split Tubing, and 3-year all inclusive service agreement
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking sources for the procurement of a LI-COR LI-7820 N2O/H2O Trace Gas Analyzer, along with associated tubing and a comprehensive three-year service agreement. The primary requirement is for a high-precision, portable N2O analyzer suitable for soil flux measurements and atmospheric monitoring, with specific technical specifications outlined for performance and connectivity. This equipment is crucial for conducting environmental research and monitoring gas emissions, thereby supporting the USDA's mission in agricultural research. Interested parties are encouraged to respond in writing to this Sources Sought Notice, with inquiries directed to Cecilia McNamee at cecilia.mcnamee@usda.gov or by phone at 985-232-8289, as this notice is for market research purposes and does not constitute a solicitation for proposals.
    Preventative Maintenance of Water Purification System
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service (APHIS), is soliciting proposals for a five-year contract focused on the preventative maintenance of a water purification system at the National Center for Applied Plant Protection in Laurel, Maryland. The contract includes a base period of twelve months with four additional one-year options, requiring the contractor to provide all necessary materials and services as outlined in the statement of work, including inspections, repairs, and compliance with safety standards. This maintenance is crucial for ensuring the efficiency and reliability of the water purification system, which supports the facility's operations. Interested vendors must submit their proposals, including the completed Attachment 1 and Attachment 2 forms, by 4:00 PM EST on November 22, 2024, and direct any questions to Contracting Officer Carol Dingess at carol.dingess@usda.gov or by phone at 970-494-7360.
    Preventive Maintenance and unlimited repair agreement for a Yokogawa CV8000 microscope system, Base + 2 Option Years
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is seeking proposals for a Preventive Maintenance and unlimited repair agreement for a Yokogawa CV8000 microscope system, covering a base year plus two option years. The procurement requires contractors to provide two annual on-site preventive maintenance visits, unlimited corrective repairs for both hardware and software, and adherence to rapid response times, utilizing OEM parts and certified technicians. This contract is crucial for maintaining essential laboratory equipment, ensuring high service quality and compliance with federal regulations throughout its duration. Interested small businesses must submit their quotes by October 31, 2024, and can contact Suzanne Martella at suzanne.martella@fda.hhs.gov or by phone at 870-543-7540 for further information.
    Laboratory Equipment Preventative and Emergency Repair Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Combat Capabilities Development Command (DEVCOM) Armaments Center, is seeking proposals for a maintenance contract focused on preventative and emergency repair services for various test and measurement equipment. This contract aims to support the operation of critical equipment across several laboratories, including the Environmental Test Laboratory and the Radiography Laboratory, ensuring the reliability and performance of testing devices essential for the Army's operational capabilities. Interested contractors are encouraged to participate in scheduled site visits at Picatinny Arsenal, NJ, to assess the facilities and conditions impacting contract performance, with specific deadlines for visit requests and written questions. For further inquiries, potential bidders can contact Donna Gill-Cadogan at donna.v.gill-cadogan.civ@army.mil or by phone at 520-669-7630.
    MACSQUANT TYTO ESSENTIAL SERVICE AGREEMENT
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health (NIH), is seeking qualified contractors to provide maintenance services for the MACSQuant Tyto equipment utilized by the National Institute of Allergy and Infectious Diseases (NIAID). The procurement requires comprehensive services including preventive maintenance, repair, and ongoing technical support from Original Equipment Manufacturer (OEM) certified technicians to ensure the equipment remains operational for critical research initiatives in single-cell genomics and CRISPR technologies. The maintenance agreement is vital for the reliability of the equipment, with the service period set from November 5, 2024, to November 4, 2025. Interested vendors must submit their quotes by October 29, 2024, and can contact Kimberly Rubio at kimberly.rubio@nih.gov or 301-761-6892 for further information.