Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2007 FBO #2085
SOLICITATION NOTICE

66 -- Growth Chamber

Notice Date
8/10/2007
 
Notice Type
Solicitation Notice
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Midwest Area Urbana, IL, 1101 West Peabody Drive Room 180, Urbana, IL, 61801, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
AG-518P-S-07-0027
 
Response Due
8/31/2007
 
Archive Date
9/15/2007
 
Small Business Set-Aside
Total Small Business
 
Description
Contracting Office Address: United States Department of Agriculture, Agricultural Research Service, Midwest Area Office, Urbana, IL Location, 1101 W. Peabody Drive, Room 180, Urbana, IL 61801 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 written solicitation will not be issued. Solicitation No. AG-518P-S-07-AA027 is being issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18. The solicitation is 100% set-aside for small business. The NAICS code applicable to this solicitation is 334516. For a company to qualify as a small business, the small business standard is 500 employees. THE SALIENT CHARACTERISTICS: The equipment must meet or exceed the following statement of work and minimum specifications: Statement of Work: USDA/ARS, Soybean/Maize Germplasm Pathology Genetics Research Unit, Urbana, IL has a requirement for a plant growth chamber to be used in soybean rust research. The chamber will be used to provide a controlled environment for tissue and plant samples pursuant to obtaining knowledge about and the controlling of soybean rust. It has been determined that the requirements could best be met by purchasing a Conviron MTR30, brand name or equal, as found in GSA Contract No. GS-25F-5046C, Part No. MTR30. Any and all quotations which meet or exceed the brand name or equal characteristics of this growth chamber will be considered. The salient characteristics are as follows: 1) Reach-in plant growth chamber 2) Two tiers (growth areas) 3) Minimum interior space of 30 cubic feet per tier 4) Independent lighting for each tier 5) Growth height of 25 inches (6.35cm) per tier 6) Minimum light intensity of 600 micromoles/sq m/sec 7) Temperature range of 10 to 45 degrees Celsius (with lights on) 8) Please provide warranty information 9) Please provide training and installation information if available. DESCRIPTIVE LITERATURE: Offerers 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 quotation without further discussions. All responsible sources may submit an offer which will be considered. The following provisions and clauses apply to the acquisition and can be found in full text at http://acqnet.gov/far. FAR 52.252-1, Solicitation Provisions provided by Reference are as follows: FAR 52.204-6, Data Universal Numbering System (DUNS) Number (Provide with Quote); FAR 52.212-1, Instructions to offerers Commercial Items; FAR 52.212-2, Evaluation Commercial Items; FAR 52.212-3 Offerer Representation and Certifications Commercial Items (Provide with Quote); FAR 52.214-21, Descriptive Literature (Provide with Quote); FAR 52.204-7, Central Contractor Registration (All offerers 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. 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; 52.225-3, Buy American Act North American Free Trade Agreement Israeli Trade Act; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (3 U.S.C 3332); 52-232-36, Payment by Third Party (31 U.S.C 3332) and FAR 52.233-3, Protest After Award. The above FAR clauses may be viewed at http://acqnet.gov/far SHIPPING: FOB Destination. DOCUMENTS INCLUDED IN QUOTE: In order to be considered for award Offerers shall provide 1) a quotation on company letterhead detailing the item description, unit 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 are preferred but will accept commercial references). References shall be provided for the product proposed and if possible include e-mail address of contact person; and 4) Offerers shall include a completed copy of the provisions FAR 52.212-3 OFFERER REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS, with this offer; a copy of this provision may be obtained at http://acqnet.gov/far. DELIVERY TO: USDA/ARS, 1101 W. Peabody Drive, Urbana, IL 61801. PROPOSAL 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 30 days after award, however, each offerer 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 Governments requirement including delivery date; (ii) past performance; and (iii) price (based on F.O.B Destination), technical and past performance are more important that price. EVALUATIONS & 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 and associations. The evaluation factors are as follows: (1) Technical Evaluation Factors: A) All quotes will be rated by comparing descriptive literature against the salient characteristics. B) Delivery C) Warranty: Explain all details of the warranty. If an extended warranty is available explain details of extended warranty including price and availability after initial warranty expires. The Offerer 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 Governments rights under the Inspection clause nor does it limit the Governments 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.fbo.gov. Potential offerers will be responsible for downloading their own copy of those documents related to this procurement. Furnish quotes to Randa Plotner, Purchasing Agent, USDA/ARS/MWA, 1101 W. Peabody Drive, 180 NSRC, Urbana, IL 61801, no later than August 31, 2007. Quotes and other requested documents may be provided by facsimile to 217-244-7703 if desired. Additional information may be obtained by contacting the Contracting Officer at 217-244-3262 or e-mail to randa.plotner@ars.usda.gov.
 
Place of Performance
Address: USDA/ARS/MWA, 1101 W. Peabody Drive, 180 NSRC, Urbana, IL
Zip Code: 61801
Country: UNITED STATES
 
Record
SN01368606-W 20070812/070810220514 (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.