Service Contract for Laboratory Instruments. Vanquish Binary Mass Spectrometer-
ID: 12305B24Q0150-BType: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFAGRICULTURAL RESEARCH SERVICEUSDA ARS NEA AAO ACQ/PER PROPBELTSVILLE, MD, 20705, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

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

    The United States Department of Agriculture (USDA) is seeking proposals for a service contract to maintain and repair laboratory instruments, specifically the Vanquish Binary Mass Spectrometer and supporting equipment, at the Eastern Regional Research Center (EERC) in Wyndmoor, PA. The contract requires certified service technicians to ensure optimal performance and compliance with warranty conditions, including three corrective maintenance visits and priority technical support. This procurement is critical for maintaining the functionality of essential research instruments, which play a vital role in the USDA's scientific endeavors. Interested vendors must submit their firm fixed price quotations, along with required documentation, by the specified deadline to Tiffany Pimble at tiffany.pimble@usda.gov, with the solicitation number 12305B24Q0150-B guiding the submission process.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Combined Synopsis/Solicitation for a Service Agreement relating to the maintenance and repair of equipment, specifically a Mass Spectrometer and supporting instruments, under the jurisdiction of the United States Department of Agriculture (USDA) at the Eastern Regional Research Center in Wyndmoor, PA. It is classified under NAICS code 334516 and follows the procedures outlined in FAR part 13. The solicitation is issued as a Request for Quotation (RFQ) with the solicitation number 12305B24Q0150-B, adhering to full and open competition standards. Vendors must submit a firm fixed price quote, demonstrating technical capability, and providing necessary documentation, including a Buy American Certificate and Unique Entity ID. Evaluations will focus on the lowest priced technically acceptable bids, while quotations must include all relevant costs, including shipping. Interested parties are directed to submit inquiries via email by a specified deadline, with quotations due through sam.gov. The document emphasizes strict compliance with the request criteria as incomplete proposals may be rejected without further discussion.
    The document outlines the terms and conditions relevant to a federal contract, incorporating various FAR and AGAR clauses that guide procurement practices. It details the requirements for compliance, especially concerning the Federal Acquisition Supply Chain Security Act (FASCSA) orders, which mandate the removal of certain "covered articles" from federal systems if specified by the Secretary of Homeland Security, Secretary of Defense, or Director of National Intelligence. The contractor must undertake diligent inquiries to ensure no prohibited items are supplied during contract performance and report any non-compliance immediately. The document specifies definitions related to information technology and national security systems, stipulating the handling of sensitive information. Proper disclosures must be made if a contractor plans to provide materials subject to FASCSA orders. Additionally, it covers clauses regarding contract execution, regulations on whistleblower rights, labor standards, and the necessity for performance evaluation based on technical capability and pricing. Overall, this document serves to inform potential contractors of the legal and operational requirements necessary for compliance in federal contracts, ensuring a streamlined procurement process that maintains national security and promotes ethical contractor practices.
    The document presents Wage Determination No. 2015-5791, issued by the U.S. Department of Labor under the Service Contract Act, outlining minimum wage and fringe benefit requirements for contracts in Pennsylvania, specifically in Bucks, Chester, and Montgomery counties. It sets the minimum wage for covered workers based on the executive order applicability: $17.20 per hour for contracts entered after January 30, 2022, and $12.90 per hour for contracts awarded between January 1, 2015, and January 29, 2022. The wage determination provides detailed occupational classifications with corresponding wage rates and notes that fringe benefits must be adhered to according to the occupational listings. Additionally, the document discusses paid sick leave, vacation entitlements, and holiday pay requirements under related executive orders. It includes the conformance process for workers with unlisted occupations and emphasizes contractor responsibilities regarding employee compensation and benefits. This wage determination is critical for federal contractor compliance and worker protection ensuring fair compensation.
    The Eastern Regional Research Center (EERC) in Wyndmoor, PA, seeks a service contract for maintaining four specific laboratory instruments: the Vanquish Horizon HPLC, the Vanquish NEO capillary HPLC, the Exploris 240 mass spectrometer, and the Thermo QExactive+ mass spectrometer. The purpose of this contract is to ensure the optimal performance and continued functionality of these instruments, critical for the center's scientific research. The contract must be fulfilled by a certified Thermofisher technician to maintain warranty validity. It includes provisions for three corrective maintenance visits, priority technical support, and software and firmware updates. The performance period consists of a base year and two optional extension years. Services will be conducted at the EERC's location, and a technical point of contact will be provided upon award. This request for proposals (RFP) underscores the center's commitment to maintaining high standards in research equipment management and aligns with federal guidelines for procurement and service contracts due to the specific nature of the required technical support.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    Stereo Sequencing
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service, is soliciting proposals for Stereo Sequencing services under solicitation number 12505B24Q0350. The procurement aims to secure professional services from medical laboratories, with a focus on delivering sequencing services within a 12-month timeframe. This initiative is critical for advancing agricultural research and ensuring compliance with federal regulations, including the submission of invoices through the Invoice Processing Platform (IPP). Interested contractors must submit their quotes electronically to Debora Wells at debora.wells@usda.gov by September 20, 2024, with a total award amount indicated as $41.5 million, emphasizing the importance of technical specifications and pricing in the evaluation process.
    Tonto NF -XRAY Fluorescent Unit
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking proposals for the procurement of a handheld X-Ray Fluorescent (XRF) Unit for the Tonto National Forest. This solicitation, identified by the number 127EAU24Q0133, aims to acquire a single XRF Analyzer, which is crucial for applications in geochemical exploration and mining, ensuring accurate material analysis and compliance checks. The contract will be a firm fixed-price agreement, with proposals due by September 23, 2024, and delivery of the unit required by December 1, 2024, to the USDA Forest Service in Phoenix, Arizona. Interested contractors must be registered in the System for Award Management (SAM) and can direct inquiries to Katherine A. Stewart at katherine.stewart@usda.gov or by phone at 618-604-4000.
    Service Agreement for Li-Cor LI-6800F
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking a qualified contractor to provide a service agreement for the Li-Cor LI-6800F Portable Photosynthesis System, which includes preventative maintenance and emergency repairs. The contractor must be a certified Li-Cor technician capable of performing maintenance in accordance with the manufacturer's guidelines, utilizing OEM parts, and ensuring operational reliability of this critical research equipment. The contract is expected to span from September 27, 2024, to September 26, 2029, with a base period and four optional extensions, and proposals are due by September 23, 2024, at 9 AM EST. Interested parties should contact Dilynn Rogers at dilynn.rogers@usda.gov for further information.
    REMI PI+ Annual Maintenance
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture (USDA), specifically the Animal and Plant Health Inspection Service (APHIS), is seeking a contractor for the REMI PI+ Annual Maintenance, a noncompetitive procurement aimed at maintaining the proprietary Regional Economic Modeling Incorporated Policy Insight Plus (REMI PI+) software. This software is crucial for the USDA's National Wildlife Research Center (NWRC) Economics Project, which analyzes the economic impacts of wildlife damage, including crop destruction and disease spread, using a sophisticated 70-sector, 14-region model. The contract will span five years, consisting of one base year and four optional years, with the estimated value remaining below the Simplified Acquisition Threshold (SAT). Interested parties must submit their responses to Samantha Johnson at samantha.johnson3@usda.gov by September 20th at 4 PM PT, as this opportunity is set aside for small businesses under FAR 19.5.
    Rapiscan Service plan
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture (USDA) is seeking to establish a firm-fixed-price contract for a preventative maintenance service plan for four Rapiscan Systems x-ray machines located in Manhattan, Kansas. This procurement is specifically aimed at ensuring the operational efficiency and reliability of the x-ray machines, which are critical for security and inspection purposes within the Animal and Plant Health Inspection Service (APHIS). The estimated value of this contract is below the simplified acquisition threshold, and while this notice is not a request for competitive quotes, all responsible sources are encouraged to submit responses detailing their capability to fulfill the requirements. Interested parties should direct their inquiries and submissions to Jason Wilking at Jason.l.wilking@usda.gov.
    (4) 96-Channel Pipettes
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service, is seeking to procure four 96-channel pipettes for molecular biology applications to enhance high-throughput laboratory procedures. The procurement requires two pipettes with a range of 2uL to 20uL and two with a range of 5uL to 300uL, each meeting stringent accuracy standards and designed for use with disposable tips. This equipment is crucial for research activities such as nucleic acid extraction and sequencing, and delivery is expected within 30 to 60 days after contract award to the National Cold Water Marine Aquaculture Center in Kingston, RI. Interested small businesses must submit their quotes, including compliance documentation, by email to Tiffany Pimble at tiffany.pimble@usda.gov, adhering to the specified deadlines and requirements outlined in the solicitation.
    Purchase (15) Druck Pressure Transducers for USDA-NRCS Salt Lake City, UT Snow Survey
    Active
    Agriculture, Department Of
    The United States Department of Agriculture (USDA) is seeking quotations for the procurement of 15 Druck Pressure Transducers, model PMP 317-8693, specifically to support the Natural Resources Conservation Service (NRCS) Snow Survey operations in Salt Lake City, Utah. The transducers must conform to specified brand requirements to ensure compatibility with existing equipment, and the procurement is set aside exclusively for small businesses under NAICS code 334519, which has a size standard of 600 employees. These high-performance pressure transducers are critical for accurate measurements in various applications, including environmental monitoring and agricultural assessments. Interested vendors must submit their quotes via email by September 23, 2024, and direct any inquiries to Ms. C. Thomas at chauquetta.thomas@usda.gov.
    Biowaste Removal
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking qualified contractors for the biowaste removal, transportation, treatment, and disposal of Biological/Infectious and Regulated Medical Waste from its Eastern Regional Research Center in Wyndmoor, Pennsylvania. The contractor will be responsible for ensuring compliance with DOT, EPA, and state regulations while providing necessary staffing, equipment, and materials for safe waste management, with weekly pickups and provisions for additional pickups during high-volume periods. This procurement is critical for maintaining environmental safety and compliance at the facility, with a contract period starting October 1, 2024, and extending for six months, with options for additional years up to March 2029. Interested parties must submit their quotations by September 23, 2024, to Elizabeth Wilson at elizabeth.wilson2@usda.gov, and are encouraged to review the attached Statement of Work for detailed requirements.
    Notice of Intent to Sole Source - USDA-ITSD-NIFA; CuadraSTAR Software Maintenance Support and License Renewal
    Active
    Agriculture, Department Of
    Sources Sought Notification for CuadraSTAR Software Maintenance Support and License Renewal. The United States Department of Agriculture (USDA) is seeking information for the procurement of CuadraSTAR Software Maintenance Support and License Renewal. This software is used to support the National Institute of Food and Agriculture (NIFA). Interested vendors are invited to submit a response by 12:00pm ET on 22 December 2023. The response should include organization details, capability statement, and certification of Authorized Reseller status. No proprietary or sensitive information should be included in the response. The USDA reserves the right to use any nonproprietary technical information in any future solicitation(s).