Palltronic AquaWIT IV Recalibration Services
ID: 12805B25Q0001aType: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

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

    The U.S. Department of Agriculture (USDA), specifically the Agricultural Research Service (ARS), is seeking qualified vendors 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 from November 1, 2024, to October 31, 2025, with four optional one-year extensions, emphasizing the need for certified technicians to ensure compliance with manufacturer warranty stipulations. This service is critical for maintaining the operational efficiency of specialized laboratory equipment, which plays a vital role in agricultural research and bio-defense initiatives. Interested parties must submit their quotes by 9:00 a.m. Eastern Time on October 28, 2024, to Laura Nessa at laura.nessa@usda.gov, and ensure they are registered with the System for Award Management (SAM) to be eligible for consideration.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Department of Agriculture (USDA) issues a Performance Work Statement (PWS) for the procurement and implementation of Cytiva's FullCare service package for its Palltronic AquaWIT IV testing cart at the National Bio and Agro-Defense Facility (NBAF) in Manhattan, Kansas. The contract has a base performance period from November 1, 2024, to October 31, 2025, with four optional one-year extensions. The contractor must provide qualified Pall/Cytiva approved service engineers for maintenance, including annual recalibration and technical support to ensure ongoing operational efficiency of the AquaWIT system. Key responsibilities include developing a Quality Control Program, conducting regular performance assessments, and adhering to strict security and operational protocols. Furthermore, the contractor is required to furnish all personnel, materials, and equipment needed for service without additional costs to the government. Specific tasks include annual service and emergency repairs, which must be documented in formal reports. Deliverables are set to be completed within defined timelines, highlighting the importance of effective communication and timely reporting in maintaining facility standards and compliance. The PWS outlines a performance-based contracting approach, allowing flexibility for innovative solutions while ensuring quality requirements are met.
    The document outlines the order schedule for the service of the Palltronic AquaWIT IV System. It details five Contract Line Item Numbers (CLINs) corresponding to the base year and four optional subsequent years of service, each with a quantity of one. The total cost for all items is indicated as $0.00, suggesting that pricing is yet to be established or agreed upon. This order schedule is typically part of a procurement process often associated with government Requests for Proposals (RFPs) or contracts that allow for the ongoing maintenance of specialized equipment. The structure emphasizes clarity in the terms of service and timelines, indicating a systematic approach to contract management in the federal or state/local contexts. The document serves as a reference for potential service providers as well as for internal tracking of commitments and expenses related to the specified technical services.
    The U.S. Department of Labor's Wage Determination No. 2015-5337 outlines minimum wage requirements and fringe benefits for contracts under the Service Contract Act, applicable to Kansas counties Pottawatomie and Riley. Contractors must comply with Executive Orders 14026 and 13658, establishing minimum hourly wages of $17.20 and $12.90, respectively, for covered workers. The document includes detailed wage rates for various occupations, emphasizing specific benefits such as health and welfare, vacation, and paid holidays. Standards also apply to paid sick leave under Executive Order 13706, mandating one hour of sick leave for every 30 hours worked. It discusses the conformance process for unlisted job classifications and the requirements for uniform allowances. This wage determination serves as guidance for federal contractors to ensure compliance with labor standards and protections while serving government contracts, ultimately aiming to provide fair compensation and benefits to employees working on federal service contracts.
    This memo from the USDA outlines mandatory training procedures for contractor employees, effective November 1, 2023. It mandates that all new service contracts must incorporate specific USDA training courses into their requirements documentation. Existing contracts may be modified to include these training requirements at the discretion of mission areas, considering factors such as cost and time constraints. Key training courses outlined include Information Security Awareness, Unconscious Bias Training, Section 508 Compliance, Anti-Harassment Training, and Records Management. Contractors accessing USDA IT systems must complete these courses via the AgLearn system, while those without IT access must follow alternate procedures. The memo clarifies that training requirements must be explicitly stated in the Statement of Work or Performance Work Statement. The inclusion of these required trainings may increase contract costs and/or performance timelines. The document emphasizes the importance of proper communication and assessment between the Contracting Officer, Contracting Officer’s Representative, and mission area leaders regarding training needs and implementation. Overall, this directive aims to ensure that all contractor personnel are properly trained to meet USDA standards and regulations, enhancing compliance and workplace effectiveness.
    The United States Department of Agriculture (USDA), Agricultural Research Service (ARS), is soliciting services for the recalibration of Palltronic AquaWIT IV equipment, outlined in solicitation #12805B25Q0001a. This procurement is categorized as a full and open solicitation, requiring interested vendors to register with the System for Award Management (SAM). The applicable NAICS code for this service is 541990, with a $19.5 million business size standard. Submission instructions emphasize providing a completed quote with specific company details and compliance with a series of Federal Acquisition Regulation (FAR) clauses, including whistleblower rights and payment procedures. The evaluation method will be the Lowest Price Technically Acceptable (LPTA), focusing on compliance with all solicitation requirements. Contractors must submit their quotes electronically, adhere to mandatory documentation (including performance statements and pricing), and have an active SAM registration. The contract's expected duration is from November 2024 to October 2029, with additional options for extension. This solicitation seeks to ensure that the government obtains reliable calibration services, enhancing operational efficiency within the ARS.
    The document outlines Solicitation #12805B25Q0001a from the USDA Agricultural Research Service, seeking vendors for Palltronic AquaWIT IV Recalibration Services. This is a full and open solicitation requiring vendors to be registered with the System for Award Management (SAM). Applicable under NAICS Code 541990, it has a size standard of $19.5 million. Interested parties must submit their quotes by email, including specific Quoter Information. A detailed breakdown of compliance and various clauses relevant to federal contracting is included, addressing whistleblower rights, contractor performance, and specific labor standards. The evaluation method will follow a Lowest Price Technically Acceptable (LPTA) approach, ensuring that offers meet technical requirements and acceptable past performance criteria. Quotes must also include a certified technician verification to ensure compliance with the manufacturer's warranty. Furthermore, all financial transactions will be processed through the Invoice Processing Platform (IPP). The solicitation’s structure includes attachments detailing performance specifications, wage determinations, and training requirements, thereby guiding bidders on necessary prerequisites and compliance expectations.
    The provided document is a brief Q&A segment that addresses a specific inquiry regarding the availability of serial numbers for certain units. In response, the single serial number AW04-13041833 is provided. The document's structure consists of a straightforward question followed by a concise answer. This exchange implies a potential context related to federal RFPs, grants, or local procurement where tracking and identification of units is crucial for accountability and compliance. The inquiry suggests a focus on the management of resources, indicating that such data may be critical for oversight or record-keeping within government initiatives. Overall, the document underscores the need for transparency and traceability in governmental operations relating to procurement processes.
    The document outlines an amendment for solicitation number 12805B25Q0001, issued by the USDA ARS, modifying the contract details related to a service agreement. The amendment extends the solicitation period and changes the performance timeline from October 31, 2025, to October 31, 2029. It specifies that offerors must acknowledge receipt of this amendment to avoid rejection of their offer. Additionally, it emphasizes that offers must provide a technical proposal detailing how they will manage the contract, ensuring compliance with requirements. Only certified technicians are permitted to perform the work, adhering to the manufacturer’s warranty stipulations. The document serves as a vital communication tool to inform potential contractors of significant changes in the solicitation process, reinforcing transparency and compliance in government procurement activities. Overall, it reflects the administrative measures necessary for managing government contracts effectively.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Multiple Device Preventative Maintenance
    Active
    Agriculture, Department Of
    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.
    Upgrade Elevated Service and Storage Platforms
    Active
    Agriculture, Department Of
    The United States Department of Agriculture (USDA), through its Agricultural Research Service (ARS), is seeking contractors for the upgrade of elevated service and storage platforms at the National Bio and Agro-Defense Facility (NBAF) located in Manhattan, Kansas. The project involves the repair, alteration, and addition of existing structures, requiring the contractor to provide all necessary labor, materials, and equipment in accordance with the Statement of Work. This construction project, valued between $1,000,000 and $5,000,000, is critical for enhancing the facility's operational capabilities. The Request for Proposal (RFP), numbered 12805B25R0001, is anticipated to be released around October 31, 2024, and interested parties should monitor sam.gov for updates. For inquiries, potential offerors can contact David Reynolds at david.reynolds2@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.
    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.
    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.
    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.
    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.
    Combined Synopisis Pipette Calibration Services
    Active
    Health And Human Services, Department Of
    The National Institutes of Health (NIH) is seeking quotations for Pipette Calibration Services under Request for Quotation (RFQ) 25-000021, with a total small business set-aside and an estimated project cost below $250,000. The procurement aims to provide on-site calibration, maintenance, and repair services for approximately 550-570 single-channel and 71 multi-channel pipettes, ensuring compliance with ISO 17025:2017 standards necessary for clinical laboratory testing. This service is critical for maintaining accuracy and reliability in laboratory operations, with the contract term spanning from November 1, 2024, to October 31, 2025, and includes four additional option years. Interested contractors must submit their proposals by 11:00 AM EST on October 30, 2024, and direct inquiries to Sheri Eiri at sheri.eiri@nih.gov.
    Maintenance/Repair of Special Industry Machinery.
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Medical Research Acquisition Activity (USAMRAA), intends to award a sole-source firm-fixed-price contract to Bio Response Solutions, Inc. for the maintenance and repair of its Continuous Flow Thermal Effluent Decontamination System (CFTEDS). This contract is essential for conducting all required preventative and corrective maintenance services on the CFTEDS, which is specifically designed to process effluent from Biosafety Level (BSL-3) and BSL-4 laboratories, making it a critical component in maintaining laboratory safety and compliance. Interested vendors may submit capability statements to demonstrate their ability to provide similar services, with submissions due by 10:00 AM EST on November 1, 2024. For inquiries, contact Deborah Hagan at deborah.l.hagan.civ@health.mil or Tonya Kreps at tonya.r.kreps.civ@health.mil.