Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 02, 2008 FBO #2410
SOLICITATION NOTICE

66 -- FURNISH AND DELIVER PERCIVAL REACH IN ENVIRONMENTAL CHAMBERS AND ACCESSORIES

Notice Date
6/30/2008
 
Notice Type
Presolicitation
 
NAICS
423490 — Other Professional Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Agriculture, Agricultural Research Service, North Atlantic Area Office, 600 East Mermaid Lane, Wyndmoor, Pennsylvania, 19038
 
ZIP Code
19038
 
Solicitation Number
AG-3615-S-08-0004
 
Response Due
7/7/2008
 
Archive Date
7/30/2008
 
Point of Contact
Lisa M. Botella,, Phone: 215-233-6551
 
E-Mail Address
lisa.botella@ars.usda.gov
 
Small Business Set-Aside
N/A
 
Description
The USDA, Agricultural Research Service (ARS), intends to negotiate solely with Percival Scientific in Perry, Iowa to furnish and deliver (F.O.B Destination) two (2) AR66L, Plant Growth Chambers and Accessories to the USDA, ARS, Beneficial Insect Introductions Research Lab (BIIRL) in Newark, Delaware in accordance with the terms, conditions, and specifications contained in this document. Additional quantities, up to a maximum of nineteen (19) units may be purchase this year or within the following five years, pending availability of funding. These units will be used for research on host specificity of exotic natural enemies being considered for biological control of invasive species. The Contractor shall furnish all labor, equipment, materials, tools, services and supervision necessary to provide the SCHEDULE OF ITEMS. BASE PERIOD OF PERFORMANCE: JULY 15, 2008 (OR DATE OF AWARD, WHICHEVER IS LATER) THROUGH SEPTEMBER 30, 2008. ITEM NO. 01: Environmental Plant Growth Chambers, AR66L, and associated appurtenances; Quantity: 4; Unit: EA; Price ($); Amount ($). OPTION ITEM 01A: Environmental Plant Growth Chambers, AR66L, and associated appurtenances; Quantity: 2; Unit: EA; Price ($); Amount ($). OPTION ITEM 01B: Annual Service Agreement; Quantity: 2-4; Unit: EA; Price ($); Amount ($). NOTE: CONTRACTOR SHALL IDENTIFY MULTIPLE ORDER DISCOUNTS. The Contractor shall include the freight cost in the price of the line item in accordance with the F.O.B. Destination clause. Additional quantities of all line items may be purchased pending availability of funding. A LL THIS FOR A TOTAL OF $. OPTION 1 - PERIOD OF PERFORMANCE: OCTOBER 1, 2008 THROUGH SEPTEMBER 30, 2009. ITEM NO. 02: Environmental Plant Growth Chambers, AR66L, and associated appurtenances; Quantity: 2; Unit: EA; Price ($); Amount ($). OPTION ITEM 02A: Environmental Plant Growth Chambers, AR66L, and associated appurtenances; Quantity: 2; Unit: EA; Price ($); Amount ($). OPTION ITEM 02B: Annual Service Agreement; Quantity: 2-4; Unit: EA; Price ($); Amount ($). NOTE: CONTRACTOR SHALL IDENTIFY MULTIPLE ORDER DISCOUNTS. The Contractor shall include the freight cost in the price of the line item in accordance with the F.O.B. Destination clause. Additional quantities of all line items may be purchased pending availability of funding. A LL THIS FOR A TOTAL OF $. OPTION 2 - PERIOD OF PERFORMANCE: OCTOBER 1, 2009 THROUGH SEPTEMBER 30, 2010. ITEM NO. 03: Environmental Plant Growth Chambers, AR66L, and associated appurtenances; Quantity: 2; Unit: EA; Price ($); Amount ($). OPTION ITEM 03A: Environmental Plant Growth Chambers, AR66L, and associated appurtenances; Quantity: 2; Unit: EA; Price ($); Amount ($). OPTION ITEM 03B: Annual Service Agreement; Quantity: 2-4; Unit: EA; Price ($); Amount ($). NOTE: CONTRACTOR SHALL IDENTIFY MULTIPLE ORDER DISCOUNTS. The Contractor shall include the freight cost in the price of the line item in accordance with the F.O.B. Destination clause. Additional quantities of all line items may be purchased pending availability of funding. A LL THIS FOR A TOTAL OF $. PERIOD OF ACCEPTANCE OF OFFERS: The Contractor agrees to hold their prices in its offer firm through March 28, 2009. GOVERNMENT FURNISHED PROPERTY – The chambers will be connected to facility electricity with one 208 volt 30 ampere dedicated circuit per chamber and to the chilled-water supply and at 1 gallon/minute flow rate. GOVERNMENT RESPONSIBILITY - The USDA, ARS, BIIRL shall be responsible for ensuring that the facility electrical connections and chilled water supply connections. After delivery the Government shall be responsible for installation and connection of the equipment. GENERAL SPECIFICATIONS - The USDA, ARS, Beneficial Insect Introductions Research Lab (BIIRL) in Newark, Delaware the Contractor to furnish and deliver a multiple Reach-in Environmental Chambers with accessories. TECHNICAL SPECIFICATIONS – The chambers shall provide a controlled temperature, humidity and light environment as specified below. Shipping shall be included in the price. 1. Plant growth chambers which are capable of: a. Light level of 500 micromoles covering 20 square feet of growing area in two tiers. b. 20 inch high growing zone between shelf surfaces and lights. c. <!--[if !supportLists]--> Temperature range 10-40 C with lights on; 5-40 C with lights off. d. Humidity range 50-70%. e. Photoperiod controlled on 24 hour cycle with range of 0-24 hours lights on. f. Include a self-contained condensing refrigeration unit that can be cooled by chilled water with a flow rate of 1 gallon/minute. g. Operates with 208 volt, 30 ampere dedicated electrical supply. h. Interior made from non-corroding materials (e.g. enameled, zinc-plated, or stainless steel). i. <!--[endif]--> Includes a dry contact alarm circuit. 2. M onitoring system: a. Interface for output of actual temperature values to PC-type computer. b. Software for PC-type computer to log temperature data. SALIENT CHARACTERISTICS - <!--[if !supportLists]--> The USDA, ARS, BIIRL has determined that Percival Scientific’s AR66l Plant Growth Chambers are the only units with the following salient characteristics: 1. <!--[endif]--><!--[if !supportLists]--> Reach-In Unit; 2. <!--[endif]--><!--[if !supportLists]--> Light Requirements (at least 500 micromoles); 3. <!--[endif]--><!--[if !supportLists]--> SYSTEM FOOTPRINT - Each chamber must fit into a footprint no greater than 3 feet deep x 6 feet wide by 6.5 feet high. The system will be moved in place by the ARS. Location of equipment: Room 136 in quarantine facility; 4. <!--[endif]--><!--[if !supportLists]--> Chilled water supply 1 gallon per minute flow rate; 5. <!--[endif]--><!--[if !supportLists]--> Delivered within the 90 – 120 days; 6. <!--[endif]--><!--[if !supportLists]--> Electrical supply is 208 volts, 30 amperes; 7. <!--[endif]--> Consistent with existing equipment for maintenance and repair. 8. Replication of scientific experiments for continuation of the research program. A ll software must be Section 508 Accessibility Compliant with Sections: 1194.21, 1194.25 and 1194.26. The standard does not require the installation of specific accessibility-related software or the attachment of an assistive technology device, but merely requires that the EIT be compatible with such software and devices so that it can be made accessible if so required by the agency in the future. The Government many request additional information from the Contractor to determine product compliance. All software must be Year 2000 Compliant. CONTRACTOR’S BRAND NAME AND INFORMATION – Offeror is 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. 52.214-21 – DESCRIPTIVE LITERATURE – The Contractor is required to provide one set of the descriptive literature even if literature has been submitted previously. FACIILTY DELIVERY INFORMATION - The facility has a loading dock, and must be delivered through a door having an opening of 40 inches wide and 7.5 feet high. The delivery truck must have a lift to lower the chambers to the loading dock or ground. The Government shall not be responsible for off-loading the shipment. All shipments shall identify the purchase order number on the label. DELIVERY - The Contractor shall furnish and deliver one (or more) shipments with all the items listed in the Schedule. Delivery shall be to the USDA, ARS, BIIRL, 501 South Chapel Street, Newark, DE 19713, and the P.O. number, within 90-120 days after the receipt of the purchase order. Item(s), as specified in this document, shall be delivered between the hours of 8:00 a.m. and 2:30 p.m., Monday through Friday (excluding Federal holidays). The Contractor shall provide the addressee advance notification of delivery. Such notice shall be provided in writing, not less than four (4) weeks prior to delivery. The Contractor shall provide at least 24 hours advance notice to the COR prior to actual delivery. Collect calls will not be accepted. PACKING AND SHIPPING - 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 entire shipment. The items to be furnished hereunder shall be labeled with the purchase order number or the name of the Contracting Officer or credit card holder and delivered, all transportation charges paid by the Contractor in accordance with the F.O.B. Destination. WARRANTY - The Contractor shall provide a one year, on-site, non-consumable parts and labor warranty on the equipment. The Contractor shall provide a copy of the warranty for each item with their offer. EXTENDED SERVICE AGREEMENTS - The Contractor shall provide a copy and 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. This is pending availability of funding. DOCUMENTATION - The Contractor shall provide pre-installation requirements within 30 days after receipt of the Purchase Order. Delivery shall be coordinated by the Contractor with the COTR at least two (2) weeks prior to delivery. The Contractor shall provide two (2) copies each of the operations, repair, maintenance manuals, lubrication and service instructions, and submitted upon delivery of the equipment. 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. DESIGNATION OF CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE - The Contracting Officer shall designate the Technical Representative (TR) at the time of contract award. PAYMENT - The Contractor must be registered for Electronic Funds Transfer (EFT) payments in the Central Contractor’s Registration (CCR) database to receive payment. Payment may be made by a Government purchase order or Government Credit Card. Final payment shall not be made unless and until the equipment and documentation have been received and are accepted by the Technical Representative. The NAICS Code is 423490 with a size standard of 100 employees. This procurement is unrestricted. This is not a request for proposal. No solicitation is available. Companies with the demonstrated capability and financial capacity to provide and service such equipment, and warranty must submit a written substantive statement outlining the Company’s and systems’ capabilities, available service agreements and consumables (including price lists). This announcement and any other documents related to this procurement will be available electronically at the Internet site http://www.fedbizopps.gov. The Contractor is responsible for monitoring the FBO website for information relating to this requirement. Offerors will be responsible for downloading their own copy of these documents. Contractors are required to acknowledge receipt of all Amendments (if any). If no affirmative responses are received with five (5) calendar days of publication of this notice to determine whether a qualified source is more advantageous to the Government, an order will be placed with Varian Inc. under the authority of FAR 6.302.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b64b56c6024d65c5b46d42e5e3b68b86&tab=core&_cview=1)
 
Place of Performance
Address: USDA, ARS, NAA, Beneficial Insect Introductions Research Lab (BIIRL), 501 South Chapel Street, Newark, Delaware, 19713, United States
Zip Code: 19713
 
Record
SN01604167-W 20080702/080630220346-b64b56c6024d65c5b46d42e5e3b68b86 (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.