Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2008 FBO #2468
SOLICITATION NOTICE

66 -- Arabdopsis Growth Chamber

Notice Date
8/27/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Midwest Area Urbana, IL, 1101 West Peabody Drive, Room 180, Urbana, Illinois, 61801
 
ZIP Code
61801
 
Solicitation Number
AG-518P-S-08-AA0160
 
Archive Date
9/27/2008
 
Point of Contact
Randa Plotner,, Phone: 217-244-3262
 
E-Mail Address
randa.plotner@ars.usda.gov
 
Small Business Set-Aside
Total Small Business
 
Description
Description: USDA/ARS, Photosynthesis Research Unit, Urbana, IL Location, has a requirement for an Arabdopsis Growth Chamber. 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-08-AA00160 is being issued as a Request for Proposals (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. 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 Statement of Work and Salient Characteristics are as follows: Plant Growth Chamber meeting or exceeding the following: Statement of Work - The Photosynthesis Research Unit (PRU) has need of a growth chamber grow Arabidopsis plants with controlled humidity, photoperiod, temperature and light intensity. An important feature is dimmable lighting so that light can be varied from 0 to 500 μmol m-2 s-1 to allow for plant growth as a function of irradiance. Because Arabidopsis plants are short, a two-tiered growth chamber would maximize plant growth capacity within the cabinet, but still allow for larger plants to be grown in the chamber. We will initially use this chamber to compare photoperiod and irradiance effects on Arabidopsis genotypes differing in the capacity for repair of oxidative damage to proteins, but anticipate many other applications within the Unit. Salient Characteristics 1) Chamber must fit with a space of roughly 95" x 36" (l x w) 2) Two-tiered reach in chamber is desired to maximize plant growth 3) Temperature must be controlled from slightly cooler to slightly warmer than ambient (e.g., 10º C to 40º C with lights on). 4) Must have humidity control. 5) Must have dimmable lighting, up to 500 μmol m-2 s-1. Dimming by actual light intensity measurement inside the chamber. Must use combination of step and dimming ballasts to increase operating efficiency. 6) Water cooled condenser. 7) Request aluminum construction both inside and outside, for lighter weight (to facilitate installing chamber into tight quarters) and increased life span (no rust) 8) Data on chamber conditions to be held at the controller in the chamber for 1 week. 9) Must have third party certification of quality for electrical devices. 10) Alarm system(s) to warn users of temperature and humidity control problems 11) Must provide warranty information - including parts and labor 12) Installation and on-site training 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 the acquisition and can be found in full text at http://www.acquisitions.gov/comp/far/index/html. 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 offerors - Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-3 Offeror 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 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. 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; 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://www.acquisitions.gov/comp/far/index/html SHIPPING: FOB Destination. DOCUMENTS INCLUDED IN QUOTE: In order to be considered for award Offerors 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) 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.acquisitions.gov/comp/far/index/html. DELIVERY TO: USDA/ARS, 1201 W. Gregory 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 Government's 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. 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 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.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 September 12, 2008. USDA/ARS, Urbana, IL will be closed Monday, September 1, 2008 for a Federal Holiday. 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.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ac5dd543f25687541f046e9a2a588746&tab=core&_cview=1)
 
Place of Performance
Address: USDA/ARS, 1201 W. Gregory Drive, Urbana, Illinois, 61801, United States
Zip Code: 61801
 
Record
SN01653340-W 20080829/080827222555-ac5dd543f25687541f046e9a2a588746 (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.