Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2004 FBO #0923
MODIFICATION

36 -- Vegetable Oil Refining Equipment

Notice Date
6/3/2004
 
Notice Type
Modification
 
NAICS
333294 — Food Product Machinery Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Midwest Area Office, 1815 N. University Street, Peoria, IL, 61604
 
ZIP Code
61604
 
Solicitation Number
5114-4-0028
 
Response Due
6/10/2004
 
Archive Date
7/10/2004
 
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
 
Description
THE PURPOSE OF THIS AMENDEMENT IS TO EXTEND THE CLOSING DATE UNTIL JUNE 10, 2004 AT 2:00 PM (CST). 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. 5114-4-0028 is being issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-22. The NAICS code applicable to this acquisition is 333294. For a company to qualify as a small business, the small business standard is 500 employees. The USDA, ARS, MWA, NCAUR, NCP, Peoria, IL has a requirement/need for a batch type small-scale vegetable oil refining equipment. Listed are the description of items and quantities required: CLIN No. 1 - One (1) batch type small-scale vegetable oil refining equipment; CLIN No. 2 - Technical services for installation and start-up; and CLIN No. 3 - Training of operators. THE GENERAL REQUIREMENTS INCLUDE: The item proposed must meet or exceed these minimum requirements: 1) Complete assembly of refining, bleaching and deodorizing of 800 lb vegetable oils per batch. The deodorizer must be capable of performing physical refining. 2) the entire assembly must fit within a 10' x 12' floor area and 13.5' vertical clearance. 3) The reaction vessels, vacuum system and other auxiliary equipment must be mounted on a skid and other self supporting structures. THE SPECIFIC REQUIREMENTS INCLUDE: The item proposed must meet or exceed these minimum requirements: 1) Degumming/Neutralizing vessel: (a) Must be SS construction with provisions heating the oil. (b) Must include stirrer with motor and gear box. (c) Must have temperature gauge for monitoring oil temperature. (d) Must have control panel with starters and switches for the pump and stirrer. 2) Bleaching module: (a) Bleaching vessel must be of SS construction with provisions for heating the oil. (b) Must include stirrer with motor and gear box. (c) Must include vacuum system capable of producing 28" vacuum pressure in the bleaching vessel (The deodorizer's vacuum unit may be used with the bleaching module). (d) Must have filtration unit to remove bleaching earth and other adsorbents from the bleached oil. (e) Must include SS pump (with motor) piping (including valves and fittings) to convey oil/adsorbent to the filtration unit. (f) Must have temperature and pressure gauges. (g) Must have control panel with starters and switches. 3) Deodorizer module capable of performing physical refining: (a) Must have deodorizer vessel of 316 SS construction with provisions for heating the oil to 500 degrees F and cooling the oil down to 150 degrees F. (b) Vacuum system must be capable of producing 2 mm Hg vacuum pressure in the deodorizer. (c) Must include an oil sampler with provision for cooling the hot oil. (d) Must include fatty acid condensation and cooling unit for recovery/collection of fatty acids. (e) Must include SS pumps (with motor) and piping (including valves and fittings) system. (f) Must have temperature and pressure gauges wherever necessary. (g) Must have control panel with starters and switches. (h) Must have insulation on vessels and pipes wherever necessary. AVAILABLE UTILITIES: The following utilities are available foruse with the refining equipment: (a) Steam at 60 psi; (b) Domestic cooling water; and (c) Electricity - 115V and 230/480, 3 Ph, 60 Hz. 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 PROPOSAL: 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. The following provisions and clauses apply to this acquisition and can be found in full text at http://www.arnet.gov/far/loadmainre.html. FAR 52.252-1 Solicitation Provisions Incorporated by Reference are as follows: FAR 52.204-6, Data Universal Numbering System (DUNS) Number (Provide with Proposal) ; 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 Proposal); FAR 52.214-21, Descriptive Literature (Provide with Proposal); FAR 52.204-7, Central Contractor Registration (All Offerors must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. The website address for registration is: http://www.ccr.gov); and FAR 52.222-22, 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 are applicable to this acquisition: FAR 52.222-3, Convict Labor (E.O. 11755); FAR 52.222-19, Child Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans; FAR 52.225-1, Buy American Act - Supplies; FAR 52.225-13, Restriction on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer -Central Contractor Registration (31 U.S.C. 3332); and FAR 52.233, Protest After Award. The above FAR clauses may be viewed at http://www.ARNet.gov/far/. SHIPPING: FOB Destination. DOCUMENTS INCLUDED IN Proposal: In order to be considered for award Offerors shall provide 1) a proposal on company letterhead detailing the item description, unit price and any extended price of each CLIN; 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 proposed and if possible include email address of contact person; and 4) 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.acqnet.gov/far. DELIVERY TO: USDA-ARS, MWA, NCAUR, Peoria, IL. PROPOSED PRICE MUST INCLUDE any freight or shipping, as well as any applicable duties, brokerage, or customs fees. DELIVERY DATE DUE: The Government requires delivery on or before 6 months after award, however, each offeror shall include their proposed delivery schedule as part of their quotation. 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). Award will be made based on overall BEST VALUE to the Government. EVALUATION & AWARD FACTORS - The contract resulting from this solicitation will be awarded to the responsible party whose offer, conforming to the solicitation, is determined most advantageous to the government, price, and other factors considered. Each proposal shall respond to each of the evaluation factors identified below. With the exception of past performance, a technical evaluation will be performed on each proposal based solely on the information furnished and not on previous knowledge or associations. The evaluation factors are as follows: (1) Technical Evaluation Factors: A) All Proposals will be rated by comparing descriptive literature against the general and specific requirements. B) Delivery/Installation. C) Training. D) Warranty. The Offeror 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 right with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The contractor shall provide a copy of its standard commercial warranty (if applicable) with this response. 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., June 10, 2004. Quotations and other requested documents 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. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (03-JUN-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 04-JUN-2004. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Place of Performance
Address: USDA, ARS, MWA, NCAUR, 1815 N. University Street, Peoria, IL
Zip Code: 61604
Country: USA
 
Record
SN00598606-W 20040606/040606111902 (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.