The Center for Grain and Animal Health Research (CGAHR) seeks a contractor to provide maintenance and calibration services for Getinge sterilizers at its Manhattan, KS facility. The contractor must possess extensive knowledge of Getinge sterilizers, including access to autoclave passwords, and be an OEM authorized repair technician for the specified equipment. Services include preventative maintenance, repair, and calibration of temperature and pressure sensors, with minimal downtime. The contractor is required to provide comprehensive documentation, including calibration certificates and records of measurement uncertainties, for all serviced equipment. Key performance requirements include a 4-hour telephone response, 48-hour onsite response, and scheduling work to avoid disrupting ongoing scientific research. All contractor personnel must be escorted by USDA staff while on-site. The government will implement a Quality Assurance Surveillance Plan (QASP) to ensure 100% adherence to the technical requirements and standards outlined in the Performance Work Statement.
This government wage determination (No. 2015-5337, Revision No. 27, dated 07/08/2025) outlines minimum wage rates and benefits for service contract employees in Pottawatomie and Riley Counties, Kansas. It specifies that contracts entered into or renewed after January 30, 2022, must pay at least $17.75/hour (EO 14026), while older contracts not renewed must pay at least $13.30/hour (EO 13658). The document lists numerous occupational categories with corresponding hourly wage rates, along with footnotes indicating eligibility for higher minimum wages under the Executive Orders. It also details fringe benefits, including health and welfare ($5.55/hour or $5.09/hour for EO 13706-covered contracts), vacation (2-4 weeks after 1-15 years of service), and eleven paid holidays. Special provisions cover computer employees (exemptions), air traffic controllers and weather observers (night/Sunday pay), hazardous pay differentials (4% or 8%), and uniform allowances. The document concludes with the conformance process for unlisted job classifications.
This document, Attachment 003 Transmittal Summary for RFQ 1232SA25Q0623, outlines the required information and affirmations for a responsive quote for Laboratory Sterilizer Maintenance Service. Key requirements include providing a Unique Entity ID, business entity name, point of contact information, a quote expiration date (at least 30 days from solicitation close), and a unique quote number. Bidders must affirm active SAM.gov registration, completion of FAR 52.212-3 representations, adherence to FAR 52.247-34 F.o.b. Destination, and that pricing is held for a minimum of 30 days. Acknowledgement of any solicitation amendments, affirmation of Contractor’s Key Personnel requirements, and the ability to meet all service delivery requirements are also mandatory. The quote must include complete pricing for all CLINs, covering a base year and four option years for Laboratory Sterilizer Maintenance Service, with a performance period extending from September 26, 2025, to September 25, 2030.
The RFQ 1232SA25Q0623 outlines requirements for Laboratory Sterilizer Maintenance Service, including a NAICS code of 811210 and a small business size standard of $34 million. The contract spans a base year plus four option years, with inspection and acceptance at the delivery location in Manhattan, KS. Invoicing will be done via the Department of Treasury's Invoice Processing Platform (IPP), and payment will be in arrears. The solicitation incorporates various FAR and AGAR clauses by reference, addressing topics such as System for Award Management, Commercial and Government Entity Code Maintenance, Contract Terms and Conditions, and closeout procedures. Key clauses include those related to whistleblower rights, prohibition on certain telecommunications equipment, small business set-asides, and combating human trafficking. Quotations must be submitted via email to christopher.c.turner@usda.gov by the specified deadline, utilizing Attachment 003 Transmittal Summary for required information. The award basis is Lowest Priced Technically Acceptable (LPTA), evaluating responsiveness to all solicitation requirements and acceptable past performance, with specific criteria for CPARS ratings and SAM responsibility listings.