Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2006 FBO #1609
MODIFICATION

66 -- Malt Kiln

Notice Date
4/21/2006
 
Notice Type
Modification
 
NAICS
333994 — Industrial Process Furnace and Oven Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Midwest Area Office, 1815 N. University Street, Peoria, IL, 61604
 
ZIP Code
61604
 
Solicitation Number
5114-6-0006
 
Response Due
5/4/2006
 
Archive Date
6/1/2006
 
Point of Contact
Georgetta Stonewall, Contract Specialist, Phone (309) 681-6624, Fax (309) 681-6683, - Mark Volk, Contract Specialist, Phone 309-681-6618, Fax 309-681-6683,
 
E-Mail Address
gstonewall@mwa.ars.usda.gov, mark.volk@mwa.ars.usda.gov
 
Small Business Set-Aside
Total Small Business
 
Description
THIS AMENDMENT IS TO EXTEND THE DUE DATE FOR QUOTES UNTIL MAY 04, 2006 AT 2PM 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; quotes are being requested and a written solicitation will not be issued. Solicitation No. 5114-6-0006 is being issued as a Request for Quotes (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-08. The NAICS code applicable to this acquisition is 333994. For a company to qualify as a small business, the small business standard is 500 employees. This procurement is a 100% small business set-aside. The USDA/ARS Cereal Crops Research Unit, Madison, WI, requests quotes for the purchase of a Malt Kiln. The Malt Quality Analysis Service group analyzes several thousand barley and malt samples each year for public sector breeders. The kiln will be used for the last step of malting the experimental barleys. The kiln must have a minimum capacity of 84 samples, and have temperature and air flow control and the capability of monitoring and recording temperature, humidity and air flow. The kiln will need to be capable of multiple ramping from one temperature to another. THE SALIENT CHARACTERISTICS: The Malt Kiln must meet or exceed these minimum requirements. 1) All Stainless Steel Construction on 4 leveling casters, 2) Access Door on top, 3) Minimum 84 sample capacity (sample cans are cylindrical 8 X 4 1/4 inches), 4) 4400 watt heater at 220 VAC (4150 watt at 208 VAC), 5) Insulated with 1 inch thick fiberglass duct-board insulation (4.3 R value), 6) 1HP variable speed blower (1000 CFM), 7) Blower re-circulates air inside kiln, 8) User adjustable air exchange with ambient room air, 9) Air exchange from 0 to 300 CFM, 10) Sufficient baffling to assure consistent air flow through sample cans, 11) Computer interface for control and data acquisition. 12)The kiln must achieve/maintain temperatures from 35C to 95C +/- 0.5 degrees Celsius, including multiple rampings from one temperature to another. 13) Software will be included to facilitate temperature and blower speed control. 14) Temperature, humidity, and air flow are to be monitored and recorded. 15) Unit shall have the capability of communicating with remote computers. 16) Approximate size = 80 inches wide, 42 inches high and 40 inches deep (must fit through 48 inch door). 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 QUOTE: Failure to demonstrate compliance will be cause to reject the quote 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 52.212 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 (Provide with Quote); 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; 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; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer -Central Contractor Registration (31 U.S.C. 3332); 52.232-36, Payment by Third Party (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 TO BE INCLUDED IN QUOTE: In order to be considered for award Offerors shall provide 1) a Quote on company letterhead detailing the item description, and unit price per CLIN and total 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 proposed and if possible include the email address of the person to be contacted; 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.arnet.gov/far/loadmainre.html. DELIVERY TO: USDA-ARS, Madison, WI. QUOTE 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 about July 31, 2006. Exact date for delivery to be decided at time of award, however, each offeror shall include their proposed delivery schedule as part of their quote. 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. 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, cost, and other factors considered. Each Quote shall respond to each of the evaluation factors identified below. With the exception of past performance, a technical evaluation will be performed on each quote 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 quotes will be rated against the salient characteristics and minimum requirements. B) Delivery. C) 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, if any. Furnish Quotes to Georgetta Stonewall, Contracting Officer, USDA, ARS, MWA, Contracting Office, 1815 N. University Street, Peoria, IL 61604, no later than 2:00 p.m., May 04, 2006. Quotes 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) 681-6624 or email below.
 
Place of Performance
Address: USDA, ARS, MWA, CCRU, 501 Walnut Street, Madison, WI
Zip Code: 53726
Country: USA
 
Record
SN01032497-W 20060423/060421220250 (fbodaily.com)
 
Source
FedBizOpps 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.