Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2003 FBO #0499
SOLICITATION NOTICE

66 -- 96

Notice Date
4/11/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Midwest Area Office, 1815 N. University Street, Peoria, IL, 61604
 
ZIP Code
61604
 
Solicitation Number
5114-3-0007
 
Response Due
4/22/2003
 
Archive Date
5/7/2003
 
Point of Contact
Rebecca Holzinger, Contract Administrator, Phone 309-681-6616, Fax 309-681-6683, - Georgetta Stonewall, Contract Specialist, Phone (309) 681-6624, Fax (309) 681-6683,
 
E-Mail Address
rholzinger@mwa.ars.usda.gov, gstonewall@mwa.ars.usda.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotations are being requested and a written solicitation will not be issued. Solicitation No. 5114-3-0007 is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-13. The solicitation is 100% set-aside for small businesses. The NAICS code applicable to this acquisition is 339111. For a company to qualify as a small business, the small business standard is 500 employees. Award will be made to a small business provided that a minimum of two competitive offers are received from small business concerns; if two or more offers are not received from qualified small businesses, award will be made on the basis of full and open competition from among all responsible business concerns submitting offers. The USDA, Agricultural Research Service, Midwest Area, Columbus, OH 43210, has a requirement/need for a quantity of three (3) 96" Parshall Flume “Brand Name or Equal”. The 96" Parshall Flume will be used in a project that will involve the measurement of water (quantity and quality) from agricultural watersheds with specific land management practices. THE SALIENT CHARACTERISTICS: the 96" Flume must meet or include these minimum requirements: (1) Must be a 96 inch (8 foot) flume with 12" attached stilling well (5'9" height) attached, 5'0" deep flumes. (2) Must have extended sidewalls (total flume depth 5'0"). (3) Must have stainless steel bubbler tube attached to the stilling basin. (4) Must have anchor clips no more than 3 feet apart. (5) Must be of 2-piece construction. (6) Materials must meet the following requirements: One-piece, fiberglass reinforced plastic; gloss inside surfaces, free of irregularities; minimum 3/16 inch wall thickness; minimum 30% E-glass by weight; Isophthalic polyester resin; pultruded fiberglass reinforced plastic bracing at top of flume (inlet and outlet), T-304 stainless steel hardware; 2-inch minimum top and end flanges; molded-in stiffening ribs, maximum 12 inch center to center spacing; 15 mil Isophthalic U.V. resistant gel coat on all surfaces; anchor clips drilled for 3/4 inch; Tensile strength (ASTM D 638): 14,000 psi; Flexural strength (ASTM D 790): 27,000 psi; Flexural modulus (ASTM D 790): 1,000,000 psi; and Barcol hardness (ASTM D 2583): 50. DESCRIPTIVE LITERATURE: Offerors shall submit 2 copies of the Descriptive Literature describing their proposed equipment in enough detail to ascertain whether the equipment meets the criteria listed above. REJECTION OF QUOTATION: Failure to demonstrate compliance will be cause to reject the quotation without further discussions. All responsible sources may submit an offer which will be considered. FAR 52.252-1 Solicitation Provisions Incorporated by Reference are as follows: FAR 52.204-6, Data Universal Numbering System (DUNS) Number (Provide with Quote) ; FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Provide with Quote); FAR 52.214-21, Descriptive Literature; and FAR 52.222-22 (Provide with Quote), Previous Compliance Report. FAR 52.252-2 Clauses Incorporated by Reference, FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items apply to this acquisition. The following FAR clauses cited in 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2002) are applicable to this acquisition: FAR 52.222-19, Child Labor; and FAR 52.233, Protest After Award; 52.219-4, Notice of Price Evaluation Preference for Hubzone Small Business Concerns; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans; 52-222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans; 52-225-3, Buy American Act - North American Free Trade Agreement - Israeli Trade Act; 52.225-13, Restriction on Certain Foreign Purchases; 52.225-15, Sanctioned European Union Country End Products (E.O. 12849); 52.232-34, Payment by Electronic Funds Transfer - Other Than Central Contractor Registration (31 U.S.C. 3332); 52.232-36, Payment by Third Party (31 U.S.C. 3332). The above FAR clauses may be viewed at http://www.ARNet.gov/far/. SHIPPING: FOB Destination. DOCUMENTS INCLUDED IN RFQ: In order to be considered for award Offerors shall provide 1) a quotation on company letterhead detailing the item description, quantity, unit price, and extended price; 2) descriptive literature, brochures; 3) at least 3 to 5 references for the proposed equipment. References must have received the proposed equipment within the last three (3) calendar years (Government references preferred but will accept commercial references). References shall be provided for the product quoted; and 4) Duns Number. DELIVERY TO: USDA-ARS, Columbus, OH 43210. QUOTATION PRICE MUST INCLUDE any freight or shipping, as well as any applicable duties, brokerage, or customs fees. DELIVERY DATE DUE: The Government requires delivery of equipment no later than June 27, 2003; however, each offeror shall include their proposed delivery schedule as part of their quotation. Delivery period is critical. FAR 52.212.-2 EVALUATION - COMMERCIAL ITEM, the significant evaluation factors, in the relative order of importance, are (i) technical capability of the item offered to meet the Government requirement including delivery date; (ii) past performance; and (iii) price (based on F.O.B. Destination), technical and past performance are more important than price. Offerors shall include a completed copy of the provisions FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS, with this offer; a copy of this provision may be obtained at http://www.arnet.gov/far. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.eps.gov. Potential offerors will be responsible for downloading their own copy of those documents related to this procurement. Furnish quotations to Rebecca A. Holzinger, Contracting Officer, USDA, ARS, MWA, Contracting Office, 1815 N. University Street, Peoria, IL 61604, no later than 2:00 p.m., April 22, 2003. Quotations may be provided by facsimile to (309) 681-6683 if desired. Additional information may be obtained by contacting the Contracting Officer at (309) 681-6616 or email below.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USDA/ARS/MAO/5114-3-0007/listing.html)
 
Place of Performance
Address: 590 Woody Hayes Drive Columbus, OH
Zip Code: 43210
Country: USA
 
Record
SN00302359-F 20030413/030411222355 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.