Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 12, 2025 SAM #8629
SOLICITATION NOTICE

J -- AUTO TITRATION INSTRUMENT SERVICES

Notice Date
7/10/2025 1:17:48 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811210 —
 
Contracting Office
W6QK ACC-RI ROCK ISLAND IL 61299-0000 USA
 
ZIP Code
61299-0000
 
Solicitation Number
W519TC25QAUTO
 
Response Due
7/24/2025 10:30:00 AM
 
Archive Date
08/08/2025
 
Point of Contact
Bridget Garnica
 
E-Mail Address
bridget.m.garnica.civ@army.mil
(bridget.m.garnica.civ@army.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes only the solicitation; proposals are being requested, and a formal solicitation will NOT be issued. This is a Request for Proposal (RFP) using FAR Part 12, Acquisition of Commercial Items; the Solicitation Number is W519TC25QAUTO for the Auto Titration Preventative Maintenance, Operational Qualification, and Emergency Services. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04. The NAICS code for this procurement is 811210 (Electronic & Precision Equipment Repair & Maintenance). The small business size standard for this NAICS is $34,000,000. The Product Service Code is J066 (Industrial Products Install, Maintenance, & Repair: Instruments & Laboratory Equipment). Offerors must be registered within the System for Award Management (SAM) databased at time of response to this solicitation. The website for SAM is https://www.sam.gov/. ADDENDUM TO 52.212-1, INSTRUCTIONS TO OFFERORS � COMMERCIAL DESCRIPTION OF REQUIREMENT CLIN 0001: Preventative Maintenance & Operational Qualification (Calibration) - Base Year Quantity: 1 Lot * 1 Lot = 1 visit per year CLIN 0002: Software Care Plan - Base Year Quantity: 1 Lot CLIN 0003: Emergency Service- Base Year Quantity: 1 Lot CLIN 1001: Preventative Maintenance & Operational Qualification (Calibration) - Option Year 1 Quantity: 1 Lot * 1 Lot = 1 visit per year CLIN 1002: Software Care Plan - Option Year 1 Quantity: 1 Lot CLIN 1003: Emergency Service - Option Year 1 Quantity: 1 Lot NOTE: See Attachment 0001 � Performance Work Statement; Auto Titration dated 08 July 2025, for more information. NOTE: Calibration Service can be performed in conjunction with the Preventative Maintenance visit. TYPE OF ACQUISITION AND CONTRACT This acquisition is issued as other than Full and Open Competition with service being fulfilled solely by the Original End Manufacture of the Auto Titration Instruments, which is Mettler-Toledo LLC. Award will be made using Low Price, resulting in a single award Firm Fixed Price Purchase Order. PLACE OF PERFORMANCE AND LOCATION CLIN Description Period of Performance Date 0001 PREVENTATIVE MAINTENANCE & Date of award � 365 days after date of award OPERATIONAL QUALIFICATION (CALIBRATION) - BASE PERIOD 0002 SOFTWARE CARE PLAN - BASE PERIOD Date of award � 365 days after date of award 0003 EMERGENCY SERVICE - BASE PERIOD Date of award � 365 days after date of award 1001 PREVENTATIVE MAINTENANCE & 366 days after award � 731 days after award OPERATIONAL QUALIFICATION (CALIBRATION) - OPTION YEAR 1 1002 SOFTWARE CARE PLAN � OPTION YEAR 1 366 days after award � 731 days after award 1003 EMERGENCY SERVICE � OPTION YEAR 1 366 days after award � 731 days after award Performance will be FOB Destination at the following: Crane Army Ammunition Activity Building 3295 300 Highway 361 Crane, IN 47522-5001 PROPOSAL SUBMISSION REQUIREMENTS Offerors shall submit the following in response to this solicitation: Price � Offerors must submit Completed Pricing Sheet at Attachment 0003. All yellow-highlighted sections shall be completed. Prices shall be stated to 2 decimal places. Completed Clause at Attachment 0004 � FAR 52.204-24, paragraph (d)(1) and (d)(2) Completed Provisions at Attachment 0005 � FAR 52.212-3 Alt 1, paragraph (c) only. Company documentation/ brochure sufficient to demonstrate capability to perform the services specified within this solicitation. BASIS FOR AWARD Award will be made to the offeror whose offer who provides the lowest Total Price, who is deemed responsible, and who is compliant with all the requirements of this solicitation. Total Price is calculated as the sum of all CLINs added together. In accordance with FAR 52.212-1(g), the Government intends to award a contract against this solicitation without discussions. LISTING OF ATTACHMENTS Attachment 0001 � Performance Work Statement; Auto Titration_08July2025 Attachment 0002 � US Department of Labor Wage Determination No.: 2015 -4821 Revision 29; 07MAY2025 Attachment 0003 � Price Sheet Attachment 0004 � FAR 52.204-24 Provision Attachment 0005 � FAR 52.212-3 Alt 1 Provision Attachment 0006 � Provisions and Clauses DEADLINE FOR SUBMISSION Proposals are due on 24 July 2025 no later than 12:30 PM Central Time. Proposals shall be submitted in the following way: Electronically via email to the Contract Specialist, Bridget Garnica, bridget.m.garnica.civ@army.mil and Contracting Officer, Bryce Willett, bryce.t.willett.civ@army.mil. Offerors shall include �W519TC25QAUTO Response � [Insert Offeror�s Name]� within the Subject line. QUESTIONS Questions shall be submitted in the same manner as Offers, electronically via email to the Contract Specialist and Contracting Officer listed above. **Note: Interested offerors must submit any questions concerning this solicitation at the earliest time possible, to enable the Buyer to respond. Questions not received 72 hours prior to the closure of the solicitation may not be considered. End of Addendum 52.212-1
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f3619254867c4a2bb5c1c3b0b4793315/view)
 
Place of Performance
Address: Crane, IN, USA
Country: USA
 
Record
SN07504849-F 20250712/250710230045 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.