Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2006 FBO #1740
SOLICITATION NOTICE

36 -- FURNISH, DELIVER AND INSTALL AN INTEGRATED BOTTLING PLANT AND ACCESSORIES

Notice Date
8/30/2006
 
Notice Type
Solicitation Notice
 
NAICS
333993 — Packaging Machinery Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, North Atlantic Area Office, 600 East Mermaid Lane, Wyndmoor, PA, 19038
 
ZIP Code
19038
 
Solicitation Number
AG-3615-S-06-0006(A)
 
Response Due
9/21/2006
 
Archive Date
12/31/2006
 
Description
The USDA, Agricultural Research Service (ARS), requires the Contractor to provide all labor, equipment, materials, tools, and supervision to furnish, deliver (F.O.B. Destination, Within Consignee's Premises), and install a fully Integrated Bottling Plant inclusive of all accessories, software and licenses, instrument software, computers, monitors, warranty, commissioning, installation and training to the USDA, ARS, Eastern Regional Research Center located in Wyndmoor, PA in accordance with the terms, conditions, specifications, and drawing contained in this document. Prices are being requested and a written solicitation has been issued. The Solicitation number AG-3615-S-06-0006 is issued as a Request For Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12. This procurement is unrestricted. The NAICS is 333993 with a size standard of 500 employees. This solicitation and any other documents related to this procurement will be available electronically at the Internet site http://www.fbo.gov. Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any) and register as an Interested Vendor. It is the offerors responsibility to monitor the site for release of the solicitation and any related documents. SCHEDULE OF ITEMS - The Contractor shall furnish, deliver and install the following: ITEM NO. 01: Integrated Bottling Plant (Attach a separate price list for all components and accessories and a separate price list for spare parts.), QTY: 1 EA, UNIT PRICE:, AMOUNT:. ITEM NO. 02: Computer workstation, software and license, QTY: 1 EA, UNIT PRICE:, AMOUNT:. ITEM NO. 03: Commissioning of System, QTY: 1 EA, UNIT PRICE:, AMOUNT:. ITEM NO. 04: On-Site Installation, QTY: 1 EA, UNIT PRICE:, AMOUNT:. ITEM NO. 05: Training, QTY: 1 EA, UNIT PRICE:, AMOUNT:. ITEM NO. 06: Shipping, QTY: 1 EA, UNIT PRICE:, AMOUNT:. All this for a Total of (AMOUNT). NOTE: This order includes a one-year warranty. Note: THE FOLLOWIHNG Option items are to include shipping in the cost. All Option items are pending availability of funding. ITEM NO. 07: Option 1 - Custom Labels, QTY: 1 EA, UNIT PRICE:, AMOUNT:. ITEM NO. 08: Option 2 - Upgrade to NEMA 4x Controls, Switches, and Motors, QTY: 1 EA, UNIT PRICE:, AMOUNT:. ITEM NO. 09: Option 3 - Upgrade to 220 3 Ph Power, QTY: 1 EA, UNIT PRICE:, AMOUNT:. ITEM NO. 10: Option 4 - Upgrade to Cascading Back-Up System, QTY: 1 EA, UNIT PRICE:, AMOUNT:. ITEM NO. 11: Option 5 - Upgrade to Stainless Steel Construction For the entire line, QTY: 1 EA, UNIT PRICE:, AMOUNT:. ITEM NO. 12: Option 6 - Upgrade to a Carbonated liquid filling (fluid pre-carbonated), QTY: 1 EA, UNIT PRICE:, AMOUNT:. ITEM NO. 13: Option 7 - Upgrade to handle 4 oz. bottles, QTY: 1 EA, UNIT PRICE:, AMOUNT:. ITEM NO. 14: Option 8 - Upgrade to handle 32 oz. bottles, QTY: 1 EA, UNIT PRICE:, AMOUNT:. ITEM NO. 15: Option 9 - Upgrade for an additional fill head/capper unit, QTY: 1 EA, UNIT PRICE:, AMOUNT:. ITEM NO. 16: Option 10 - Extended Service Agreement, QTY: 1 EA, UNIT PRICE:, AMOUNT:. TOTAL OF ALL OPTION ITEMS (INLCUSIVE OF SHIPPING): (AMOUNT). TOTAL OF BASE PRICES PLUS OPTION PRICES: (AMOUNT). GOVERNMENT'S RESPONSIBILITY - The USDA, ARS, ERRC shall be responsible for: a. Providing sample fill liquids, containers, caps, labels, etc. to factory site before and for inspection/demonstration of the finished system. b. Installation of the facility electrical, water and gas connections if applicable. c. Providing purge gas. CONTRACTOR?S BRAND NAME AND INFORMATION - Offeror's are required to identify the brand and type of equipment offered in the space below: ITEM DESCRIPTION; BRAND NAME; MAKE/MODEL. (Continue on a separate sheet.) DESCRIPTIVE LITERATURE - The Contractor shall provide two sets of the descriptive literature even if literature has been submitted previously. Failure to submit this literature may render the offer non-responsive on the Technical evaluation criteria and ineligible for contract award. FACTORY ACCEPTANCE TEST AND TRAINING - The Contractor shall provide demonstration of the system by a certified technician. The Contractor shall make all necessary changes or fine-tuning required prior to shipment and installation/commissioning in our facility. The Contractor shall coordinate testing with the Technical Representative (TR) prior to the actual Acceptance Test Date. The Contractor shall provide 30 days advanced notice to the TR for the shipment of Government Furnished Property need to perform the acceptance test. PACKING AND SHIPPING - The Contractor shall be responsible for shipping the materials and equipment. The Contractor shall pack each item for shipment in a new container in such a manner that will ensure acceptance by common carrier and safe delivery at the destination. Containers and closures shall comply with the Interstate Commerce Regulation, Uniform Freight Classification Rules, or regulation of other carriers as applicable to the mode of transportation. The Contractor is totally responsible for offloading the entire shipment from the truck. The facility has a loading dock, and must be delivered through a door with an opening of 10 feet wide and 11 feet-8 inches high. Inside the building, a 5-ton crane and a 2-ton forklift truck are available for unloading within the facility by government personnel. ADVANCE NOTIFICATION OF DELIVERY - The Contractor shall provide the addressee advance notification of delivery. Such notice shall be provided in writing, not less than two (2) weeks prior to delivery. The Contractor shall provide at least 24 hours advance notice to the Technical Representative (TR) prior to actual delivery. Collect calls will not be accepted. DELIVERY - The Contractor shall furnish and deliver (F.O.B. Destination, Within Consignee?s Premises) the equipment and documentation to the USDA, ARS, NAA, ERRC, 600 East Mermaid Lane, Wyndmoor, PA 19038 and include the P.O. number, within 180 days after receipt of the original order and within 12 months for any option items after receipt of those orders. Delivery shall be between the hours of 8:00 a.m. to 3:00 p.m., Monday through Friday, excl. Federal holidays. Shipping is included in the price of all Option Items. INSTALLATION AND START-UP - The Contract shall provide pre-installation requirements to the TR within 60 days after receipt of the order. The Contractor shall be responsible for installation and performing all start-up operations for the equipment to ensure the system is fully functional for its intended purpose. The Contractor shall notify the Contractor Officer's Technical Representative (TR) at least two (2) weeks in advance to coordinate the date for installation of the system. The Contractor shall perform and complete the installation and start-up within two (2) weeks after delivery. TRAINING - The Contractor shall provide a minimum of 1-day on-site training for a three individual and include all pertinent training materials. The date and time shall be coordinated by the Contractor with the TR (to be named at time of award) at least two weeks prior to delivery. Training shall be completed within two weeks after delivery. DOCUMENTATION - The Contractor shall submit to the Contracting Officer's Technical Representative (TR) one (1) copy of the pre-installation instructions within sixty (60) days after receipt of the order. The Contractor shall also provide one (1) copy of each of the user manuals and instructions upon delivery and installation of the equipment. The manuals and instruction include: equipment, repair, maintenance and software manuals and licenses, lubrication and service instructions, and operating instructions. The revised manuals and instructions are to be submitted with the equipment or software at the time of installation of any upgrade. Software upgrades shall be provided to the TR within thirty (30) workdays after issuance. The purchase order number shall be included on all documentation and shipment. Final payment shall not be made unless and until such documentation is received and accepted by the TR. WARRANTY - The Contractor shall provide a one-year, on-site, non-consumable parts and labor warranty on the equipment (included in the price.) The period of the warranty shall begin upon acceptance by the Government. The Contractor shall provide a copy of the warranty for the equipment with their offer. EXTENDED SERVICE AGREEMENT (Optional Item) - The Contractor shall provide a copy and Option pricing for any available extended warranties. The Contractor must also be capable of servicing the equipment/software through the extended warranty. This information shall not obligate the Government to purchase an extended warranty. SECTION 508 ACCESSIBILITY COMPLIANCE CLAUSE - The Government has determined that Section 508 of the Rehabilitation Act of 1973, as amended, standards 1194.21, 1194.25 and 1194.26 applies to each system. The Contractor must note in the schedule whether each product or service is compliant or noncompliant with the accessibility standards at 36 CFR 1194. For each item that is identified as compliant the Contractor shall provide evidence or verification of compliance. The proposal must indicate where full details of compliance can be found (e.g. schedule attachment, vendor?s website or other readily available location (specify). All Electronic and Information Technology (EIT) procured through this Contract must meet the applicable accessibility standards at 36 CFR 1194, unless an agency exception to this requirement exists. (36 CFR 1194 implements Section 508 of the Rehabilitation Act of 1973, as amended, and is viewable at: http://www.section508.gov/, then go to 508 Law. DESIGNATION OF CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE - The Contracting Officer shall designate the Contracting Officer's Technical Representative (TR) at the time of contract award. The TR is responsible for administering the performance of work under this purchase order. In no event, however, will any understanding, agreement, modification, change order, or other matter deviating from the terms of this purchase order be effective or binding upon the Government unless formalized by proper contractual documents executed by the Contracting Officer prior to completion of the purchase order. The Contracting Officer should be informed as soon as possible of any actions or inactions by the Contractor or the Government which will change the required delivery or completion times stated in the purchase order so that the contract may be modified accordingly. (This does not apply to individual task assignments which were issued by the TR; provided they do not affect the delivery schedule or performance period stated in the purchase order.) On all matters that pertain to the purchase order terms, the Contractor must communicate with the Contracting Officer. Whenever, in the opinion of the Contractor, the TR requests efforts outside the scope of the purchase order, the Contractor should so advise the TR. If the TR persists and there still exists a disagreement as to proper contractual coverage, the Contractor should notify the Contracting Officer immediately, preferably in writing if time permits. Proceeding with work without the proper contractual coverage could result in nonpayment or necessitate submittal of a purchase order claim. 52.215-20 REQUIREMENTS FOR COST OR PRICING DATA OR INFORMATION OTHER THAN COST OR PRICING DATA (OCT 1997) ALTERNATE IV (OCT 1997)-(a) Submission of cost or pricing data is not required. (b) Provide information described below: 1. For catalog items, a copy of or identification of the catalog and its date, or the appropriate pages for the offered items, Provide a copy or describe current discount policies and price lists (published or unpublished), e.g., wholesale, original equipment manufacturer, or reseller. Also explain the basis of each offered price and its relationship to the established catalog price, including how the proposed price relates to the price of recent sales in quantities similar to the proposed quantities. 2. For market-priced items, the source and date or period of the market quotation or other basis for market price, the base amount, and applicable discounts. In addition, describe the nature of the market; 3. The offeror grants the Contracting Officer or an authorized representative that right to examine, at any time before award, books, records, documents, or other directly pertinent records to verify the reasonableness of price. For items priced using catalog or market prices, or law or regulation, access does not extend to cost or profit information or other data relevant solely to the offeror's determination of the prices to be offered in the catalog or marketplace. CONTRACT ATTACHMENTS - Item No. 01 -Specifications/Statement of Work (5 Pages); Item No. 02 - ERRC Liquid Foods Processing Line Conceptual Drawing - location is identified as "Bottling Area 1 - Packaging Skid" (1 Page) and Item No. 03 - Proposal Requirements. AGAR 452.237-71 PRE-BID/PRE-PROPOSAL CONFERENCE - (a) The Government is planning a pre-bid/pre-proposal conference (site visit), during which potential offerors may obtain a better understanding of the work required. (b) Offerors are encouraged to submit all questions in writing at least one (1) day prior to the conference. Questions will be considered at any time prior to or during the conference; however, offerors will be asked to confirm verbal questions in writing. Subsequent to the conference, an amendment containing an abstract of the questions and answers, and a list of attendees, will be disseminated. (c) In order to facilitate conference preparations it is requested that the person named on the Standard Form 1449 of this solicitation be contacted and advised of the number of persons who will attend. (d) The Government assumes no responsibility for any expense incurred by an offeror prior to contract award. (e) Offerors are cautioned that, notwithstanding any remarks or clarifications given at the conference, all terms and conditions of the solicitation remain unchanged unless they are changed by amendment to the solicitation. If the answers to conference questions, or any solicitation amendment, create ambiguities, it is the responsibility of the offeror to seek clarification prior to submitting an offer. (f) The conference will be held: Date: September 7, 2006; Time: 11:00 a.m.; Location: USDA, ARS, NAA, Eastern Regional Research Center (ERRC), 600 East Mermaid Lane, Wyndmoor, PA, 19038. To register for the Site visit, contact the Contracting Officer by September 6, 2006. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR Clause 52.212-4 is amended to include the following: 1. Item (a) Inspection and Acceptance is amended to include the following: 1. Item a: AGAR 452.246-70, Inspection and Acceptance shall be made at: i) Destination. 2. Item (g) Invoice is amended to include the following: INVOICES - An original invoice shall be submitted after installation and acceptance of all items and includes at a minimum the following information: 1. Name of business concern, invoice number and invoice date; 2. Tax Identification Number; 3. Contract number; 4. Description, price, and quantity of item(s) actually delivered; 5. Shipping and payment terms; 6. Name, title, phone number, and complete mailing address of responsible official to whom payment is to be sent. 7. All invoices shall be submitted to: USDA, ARS, NAA CONTRACTING OFFICE, 600 E. MERMAID LANE, WYNDMOOR, PA 19038, ATTN.: Lisa Botella. 3. Item (o) Warranty is amended to include the following: WARRANTY - SEE Items A.15 and A.16. Also includes - CENTRAL CONTRACTOR REGISTRATION (CCR) and ON-LINE REPRESENTATIONS AND CERTIFICATION APPLICATION (ORCA) (February 14, 2005). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition. 1. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. The full text of these clauses may be accessed electronically at this address: http://www.arnet.gov/far/ and AGAR Clauses at http://www.usda.gov/procurement/policy/agar.html: 52.204-4; 52.204-6; 52.211-6; 52.212-1; 52.212-2; 52.215-2; 52.215-10; 52.215-11; 52.215-12; 52.215-13; 52.215-21; 52.217-5; 52.225-8; 52.227-3; 52.227-19; 52.228-5; 52.232-18; 52.232-19; 52.242-17; 52.247-35; 452.204-70; 452.215-72, 452.228-71. Responses are due on SEPTEMBER 21, 2006 by 1:00 p.m. local time, to the USDA, Agricultural Research Service, Contracting Office, 600 East Mermaid Lane, Wyndmoor, PA 19038.
 
Place of Performance
Address: USDA, ARS, NAA, Eastern Regional Research Center, Shipping and Receiving, 600 E. Mermaid Lane, Wyndmoor, PA
Zip Code: 19038
Country: UNITED STATES
 
Record
SN01129565-W 20060901/060830220225 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.