Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2003 FBO #0660
SOLICITATION NOTICE

70 -- PERPETUAL SITE LICESNSE

Notice Date
9/16/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Agriculture, Agricultural Research Service, North Atlantic Area Office, 600 East Mermaid Lane, Wyndmoor, PA, 19038
 
ZIP Code
19038
 
Solicitation Number
108-00037
 
Response Due
9/24/2003
 
Archive Date
10/9/2003
 
Point of Contact
Regina Dennis, Purchasing Agent, Phone 215-233-6553, Fax 215-233-6485,
 
E-Mail Address
rdennis@errc.ars.usda.gov
 
Description
The USDA, Agricultural Research Service (ARS), is seeking to purchase Perpetual Site Licenses. The USDA, ARS Crop Conversion Science and Engineering Research Unit (CCS&E) and the National Corp to Ethanol Pilot Plant in Edwardsville, Illinois are engaged in a cooperative effort to model the ?dry grind? and the ?wet mill? ethanol production process facilities at the National Corn to Ethanol plant in Southern Illinois. The USDA requires Perpetual Site Licenses to be furnished and delivered (F.O.B. Destination within Consignee?s Premises) to the USDA, ARS, Eastern Regional Research Center located in Wyndmoor, Pennsylvania; in accordance with the terms, conditions, and specifications contained in this document. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6 (current as of FAC 2001-15), 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. This procurement is not restricted. The NAICS is 541511. The Solicitation number 108-00037, is issued as a Request For Quotation (RFQ). SCHEDULE OF ITEMS - Furnish and deliver, F.O.B. Destination Perpetual Site Licenses. The Software must have the following specifications and features. 1) The process modeling software (process simulator tool) shall be capable of fully modeling chemical processes such as the production of ethanol from grains or cellulose materials. This software shall be capable of providing physical property data on all the process streams involved in the process, information on the various unit operations comprising the process being modeled and the process economics; 2) The system must be able to provide or be capable of creating a wide variety of unit operations including operations for solids processing and bioconversions; 3) The system must be able to handle batch operations, continuous operations and processes combining both batch and continuous operations; 4) The files created this system must have the capability to be easily read by others in the academic and technical community who do not have a licensee for this software; 5) The software must be accessible for unlimited, simultaneous use by representatives of both the Eastern Regional Research Center and the National Corn to Ethanol Pilot Plant on computers at both of these facilities and on stand alone laptop computers owned by either of these organizations when used by representatives of these organizations at other locations during presentations and conferences; 6) The software must be capable of modeling complex biochemical processes such as the fermentation of ethanol from carbohydrates for which extensive physical property of the constituents entering these reactions do not exist or cannot be readily calculated; 7) The software shall be capable of running on any IBM compatible computer with a minimum of an Intel Pentium II processor with 128 MB of RAM that runs Windows 95 or later. The software shall also require no more then 150 MB of space on the computers hard disc; 8) The software supplier shall include one day of training on the use of this software at the Eastern Regional Research Center. A chemical process modeling tool, i.e. process simulator, is required for this effort that is capable of modeling biochemical reactions such as fermentations as well as other chemical processing unit such as distillations and liquid-solid separations. Companies with the demonstrated capability of providing this equipment must submit a descriptive statement, including descriptive literature, specifically addressing the equipment?s component?s and availability. The statement and literature must be submitted to the Contracting Office Address at the day and time specified in the synopsis. This is not a request for proposal. No solicitation is available. The items to be furnished shall be labeled with the purchase order number and delivered, all transportation charges paid by the Contractor in accordance with the F.O.B. Destination Clause to USDA, ARS, Eastern Regional Research Center. DOCUMENTATION: The Contractor shall provide operations, repair, maintenance manuals, and service instructions submitted upon delivery of the equipment. WARRANTY: The Contractor shall providehe warranty for this equipment with their offer. ADDITIONAL QUOTATION INFORMATION: Facsimile quotations are acceptable. The provision at 52-212-1, Instruction to Offerors - Commercial Items (Oct 2000), applies to this acquisition. FAR Clause 52.212-1, is amended to include the following clauses by reference: 1. Item (b) Submission of Offers is amended to include the following: Submit your quotation, warranties, descriptive literature of the proposed equipment, and the Certifications at FAR 52.212-3 to the Contracting Officer. FAILURE TO SUBMIT THIS INFORMATION MAY RENDER THE OFFER NON-RESPONSIVE. FACSIMILE OFFERS ARE ACCEPTABLE. The provision at 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. ADDENDUM TO FAR CLAUSE 52.212-2. Any resulting order will be issued to the company offering the best value to the Government, price and other factors considered. EVALUATION FACTORS FOR AWARD will be based on technical capabilities, price and price-related factors. FAILURE TO PROVIDE THE INFORMATION RELATIVE TO EACH EVALUATION FACTOR MAY RENDER YOUR OFFER NON-RESPONSIVE. a) Technical Capability will be based on technical features, and product literature. Each offeror is required to submit warranty information, descriptive literature or other documentation, and show how the offered product meets or exceeds the requirements as specified in the specifications. b) Price includes all equipment, accessories, discount terms, and transportation. Your offer shall include pricing in accordance with the SCHEDULE OF ITEMS identified above. c) Offerors shall include a complete copy of the provision at FAR 52.212-3, Offeror/Representation and Certifications-Commercial Items (July 2002), with the quotation. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2002), applies to this acquisition. ADDENDA TO FAR CLAUSE 52.212-4. The following terms and conditions are added as an addendum to this clause: 1. Item (a) Inspection and Acceptance is amended to include the following: AGAR 452.246-70 INSPECTION AND ACCEPTANCE (FEB 1988) - (a) The Contracting Officer or the Contracting Officer?s duly authorized representative will inspect and accept the supplies and/or services to be provided under this contract. (b) Inspection and acceptance of the item shall be performed at: USDA, ARS, Eastern Regional Research Center, 600 East Mermaid Lane, Wyndmoor, PA 19038. 2. Item (g) Invoice is amended to include the following: The invoice shall be submitted in an original and one copy after delivery of all items. The Invoice shall be mailed to: USDA, ARS, Eastern Regional Research Center, 600 East Mermaid Lane, Wyndmoor, PA 19038, ATTN: Regina Dennis. 3. Item (o) Warranty is amended to include the following: The Contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government?s rights under the Inspection clause nor does it limit the Government?s rights with regard to the other terms and conditions of this contract. The Contractor shall provide a copy of its standard commercial warranty with its quotation. USDA, ARS, Eastern Regional Research Center plans to award a single, firm-fixed price contract to the offeror whose quotation is most advantageous to the Government price and other factors considered. Award may be made without discussions; however, ERRC reserves the right to conduct discussions later if determined necessary by the contracting officer. This contract incorporates one or more clauses by reference, with the same force and affect as if they were given in full text. The full text of these clauses may be accessed electronically at: http://www.arnet.gov/far/. 52.214-21, Descriptive Literature ( Apr 2002); 52.214-34, Submission of Offers in the English Language (Apr 1991); 52.214-35 Submission of Offers in U.S. Currency (Apr 1991); 52.247-35, F.O.B. Destination, Within Consignee?s Premises (APR 1984); 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Apr 2003); 52.232-33 Payment By Electronic Funds Transfer -Central Contractor Registration (May 1999), applies to this acquisition. Responses are due by 4:00 p.m. local time, on September 24, 2003, at the USDA, ARS, Eastern Regional Research Center, Location Administrative Office, 600 East Mermaid Lane, Wyndmoor, PA 19038. Point of Contact for this acquisition is Regina Dennis, Purchasing Agent, (215) 233-6553 or fax (215) 233-6485.
 
Place of Performance
Address: USDA, ARS, ERRC, Location Administrative Office, 600 East Mermaid Lane, Wyndmoor, PA
Zip Code: 19038
Country: USA
 
Record
SN00435221-W 20030918/030916213037 (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.