Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 26, 2023 SAM #7730
SOURCES SOUGHT

99 -- Kingfisher Apex Maintenance Agreement

Notice Date
1/24/2023 6:21:41 AM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
MRPBS MINNEAPOLIS MN MINNEAPOLIS MN 55401 USA
 
ZIP Code
55401
 
Solicitation Number
1082520
 
Response Due
1/30/2023 11:00:00 AM
 
Point of Contact
Cody Grey, Phone: 6038330842
 
E-Mail Address
cody.grey@usda.gov
(cody.grey@usda.gov)
 
Description
The United States Department of Agriculture (USDA) Animal and Plant Health Inspection Service (APHIS) has a requirement to a service agreement on one (1) Kingfisher Apex DNA/RNA Extraction Machine. The plan will include: Parts, labor and travel for remedial repair. No charge for planned maintenance visits. The number of planned maintenance visits is one (1). The annual planned maintenance (PM) visit is automatically opened and will be performed within the contract period. This PM visit ensures optimal performance of the instrument, often preventing major breakdowns before they happen. Guaranteed priority response time of 2 business days after receipt of a service call for instruments located in LT's Service Zones 1 and Zone 2. If LT fails to arrive at the instrument location within Zone 1 or Zone 2 within 2 business days for reasons other than customer's failure to provide access to LT or causes beyond the reasonable control of LT, LT will provide customer a service plan renewal credit in an amount equivalent to one day's pro-rated charge for each day LT's response is late. Target response time of 3 business days for remedial repairs outside of Zones 1 and 2. LT will use reasonable efforts to respond within 3 business days from receipt of a service call. Priority telephone and email access to instrument technical support. Telephone and email access to application technical support. Remote Monitoring and Dx Service, which provides for notification to customer of instrument failures or errors that are reported by AB's Remote Monitoring software. This resulting Delivery order for this action will include a base and four (4) option years.� The North American Industry Classification System (NAICS) code is 334516. This is not a request for proposals, but instead market research to determine if there are any businesses capable of providing this product prior to issuing a solicitation. A determination by the Government on the method of competing this requirement has not been established. The Government will not award a contract based on this Sources Sought Notice or the information received, nor will it reimburse participants for the information they provide. If you are an interested vendor, please provide the following information: (1) Business name and point of contact DUNS number and CAGE code Business size Completed Copy of Attachment B: Schedule of Supplies A brief Statement of Capability (no more than three pages) which demonstrates the ability to meet the specialized work requirements above Any past performance information on contracts of similar size and scope. Each reference should include: A description on the degree of work self-performed.� Past performance references with names and phone numbers. Emailed responses are required. Information provided will not be used as a part of any subsequent solicitation requirement.� Interested sources who submit data are responsible for appropriately marking information if it is proprietary in nature. A determination by the Government not to compete this proposed contract action based on this notice is solely within the discretion of the Government. Responses to this notice are due no later than 2:00 p.m., Eastern Time, on Monday, January 30th, 2023 to the attention of Cody Grey, Contract Specialist, via e-mail: Cody.grey@usda.gov. All questions regarding this notice must also be directed to the point of contact in this notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/339539d1bcd44591b47d40d52dd4f21f/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06572435-F 20230126/230124230111 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.