Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 17, 2009 FBO #2729
MODIFICATION

K -- Air Knife Blower System (First Article Test Required)

Notice Date
5/15/2009
 
Notice Type
Modification/Amendment
 
NAICS
333412 — Industrial and Commercial Fan and Blower Manufacturing
 
Contracting Office
Department of Agriculture, Office of Procurement and Property Management, Procurement Operations Division, 300 7th Street, S.W., Room 377, Reporters Building, Washington, District of Columbia, 20024
 
ZIP Code
20024
 
Solicitation Number
AG-6395-S-09-0087
 
Archive Date
6/6/2009
 
Point of Contact
Carol R. Dingess, Phone: 6123363208
 
E-Mail Address
Carol.Dingess@aphis.usda.gov
(Carol.Dingess@aphis.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
TheUnited States Department of Agriculture (USDA) APHIS/PPQ/PBWRF(Pink BollWorm Rearing Facility) in Phoenix, Arizona intends to procure an Air Knife Blower System used to remove liquid cleaning and rinse agents from Hexcel. This Air Knife System will be specially fitted to the automated honey comb sheet washer for the purpose of improving the air drying of honey comb sheets. Air Knife must be mounted in a way that allows easy adjustment vertically, and rotationally. In addition each knife will provide for flow adjustment for fine tuning of the process. A First Article Test of Air Knife System is required prior to approval and award. See Statement Of Work for details. Submit faxed quotations to Purchasing Section, at (612) 336-3554, Attention Carol Dingess. Quotations are due by May 22, 2009 by 4:00pm Eastern Time. Simplified procedures will be used per FAR-13. A firm fixed price Bilateral purchase will be awarded. Small business set aside under NAICS Code: 333412 Small Business Size: 500 employees. This is a combined synopsis/solicitation for prepared in accordance with the format in Subpart 13.302-5(d),, as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. 52.213-4 Terms and Conditions—Simplified Acquisitions (Other Than Commercial Items). TERMS AND CONDITIONS—SIMPLIFIED ACQUISITIONS (OTHER THAN COMMERCIAL ITEMS) (MAR 2009) This solicitation document incorporates provisions and clauses which are in effect through the most current Federal Acquisition Circular. Applicable FAR clauses are incorporated by reference and may be viewed on the website: www.arnet.gov/far (i) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (ii) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) (E.O. 11246). (iii) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (iv) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). (v) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (vi) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (vii) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (2) Listed below are additional clauses that apply: (i) 52.232-1, Payments (Apr 1984). (ii) 52.232-8, Discounts for Prompt Payment (Feb 2002). (iii) 52.232-11, Extras (Apr 1984). (iv) 52.232-25, Prompt Payment (Oct 2008). (v) 52.233-1, Disputes (July 2002). (vi) 52.244-6, Subcontracts for Commercial Items (Feb 2009). (vii) 52.253-1, Computer Generated Forms (Jan 1991). (b) The Contractor shall comply with the following FAR clauses, incorporated by reference, unless the circumstances do not apply: (1) The clauses listed below implement provisions of law or Executive order: (i) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126). (Applies to contracts for supplies exceeding the micro-purchase threshold.) (ii) 52.222-20, Walsh-Healey Public Contracts Act (Dec 1996) (41 U.S.C. 35-45) (Applies to supply contracts over $10,000 in the United States, Puerto Rico, or the U.S. Virgin Islands). 52.219-6 Notice of Total Small Business Set–Aside 52.246-19 Warranty of Systems and Equipment under Performance Specifications or Design Criteria. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (CCR) CCR information can be found at http://www.ccr.gov. 52.209-3 First Article Approval—Contractor Testing. FIRST ARTICLE APPROVAL—CONTRACTOR TESTING (SEPT 1989) (a) The Contractor shall test 1 unit(s) of Lot/Item Air knife Blower system as specified in this contract. The Contractor shall submit video of First Article Test Evidence to Contracting Officer Representative – David.L.Pierce@aphis.usda.gov (ph: 602-418-5404, fax 602-455-9172) (b) The Contractor shall submit the first article test report by 5/15/09. To: the Contracting Officer Representative – David L. Pierce David.L.Pierce@aphis.usda.gov (ph: 602-418-5404, fax 602-455-9172) Mailling Address : marked “First Article Test Report: Solicitation# AG-6395-S-09- Lot/Item Air Knife Blower System 3658 East Chipman Road Phoenix, AZ 85040-2927 Contracting Officer Carol Dingess - USDA/APHIS, shall notify the Contractor, in writing, of the conditional approval, approval, or disapproval of the first article. The notice of conditional approval or approval shall not relieve the Contractor from complying with all requirements of the specifications and all other terms and conditions of this contract. A notice of conditional approval shall state any further action required of the Contractor. A notice of disapproval shall cite reasons for the disapproval. (c) If the first article is disapproved, the Contractor, upon Government request, shall repeat any or all first article tests. After each request for additional tests, the Contractor shall make any necessary changes, modifications, or repairs to the first article or select another first article for testing. All costs related to these tests are to be borne by the Contractor, including any and all costs for additional tests following a disapproval. The Contractor shall then conduct the tests and deliver another report to the Government under the terms and conditions and within the time specified by the Government. The Government shall take action on this report within the time specified in paragraph (b) of this subsection. The Government reserves the right to require an equitable adjustment of the contract price for any extension of the delivery schedule, or for any additional costs to the Government related to these tests. (d) If the Contractor fails to deliver any first article report on time, or the Contracting Officer disapproves any first article, the Contractor shall be deemed to have failed to make delivery within the meaning of the Default clause of this contract. (e) Unless otherwise provided in the contract, and if the approved first article is not consumed or destroyed in testing, the Contractor may deliver the approved first article as part of the contract quantity if it meets all contract requirements for acceptance. (f) If the Government does not act within the time specified in paragraph (b) or (c) of this subsection, the Contracting Officer shall, upon timely written request from the Contractor, equitably adjust under the changes clause of this contract the delivery or performance dates and/or the contract price, and any other contractual term affected by the delay. (g) Before first article approval, the acquisition of materials or components for, or the commencement of production of, the balance of the contract quantity is at the sole risk of the Contractor. Before first article approval, the costs thereof shall not be allocable to this contract for (1) progress payments, or (2) termination settlements if the contract is terminated for the convenience of the Government. (h) The Government may waive the requirement for first article approval test where supplies identical or similar to those called for in the schedule have been previously furnished by the offeror/contractor and have been accepted by the Government. The offeror/contractor may request a waiver. (End of clause) (d) Inspection/Acceptance. The Contractor shall tender for acceptance only those items that conform to the requirements of this contract. The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The Government may require repair or replacement of nonconforming supplies or reperformance of nonconforming services at no increase in contract price. The Government must exercise its postacceptance rights— (1) Within a reasonable period of time after the defect was discovered or should have been discovered; and (2) Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item. (e) Excusable delays. The Contractor shall be liable for default unless nonperformance is caused by an occurrence beyond the reasonable control of the Contractor and without its fault or negligence, such as acts of God or the public enemy, acts of the Government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, unusually severe weather, and delays of common carriers. The Contractor shall notify the Contracting Officer in writing as soon as it is reasonably possible after the commencement of any excusable delay, setting forth the full particulars in connection therewith, shall remedy such occurrence with all reasonable dispatch, and shall promptly give written notice to the Contracting Officer of the cessation of such occurrence. (f) Termination for the Government's convenience. The Government reserves the right to terminate this contract, or any part hereof, for its sole convenience. In the event of such termination, the Contractor shall immediately stop all work hereunder and shall immediately cause any and all of its suppliers and subcontractors to cease work. Subject to the terms of this contract, the Contractor shall be paid a percentage of the contract price reflecting the percentage of the work performed prior to the notice of termination, plus reasonable charges that the Contractor can demonstrate to the satisfaction of the Government, using its standard record keeping system, have resulted from the termination. The Contractor shall not be required to comply with the cost accounting standards or contract cost principles for this purpose. This paragraph does not give the Government any right to audit the Contractor’s records. The Contractor shall not be paid for any work performed or costs incurred that reasonably could have been avoided. (g) Termination for cause. The Government may terminate this contract, or any part hereof, for cause in the event of any default by the Contractor, or if the Contractor fails to comply with any contract terms and conditions, or fails to provide the Government, upon request, with adequate assurances of future performance. In the event of termination for cause, the Government shall not be liable to the Contractor for any amount for supplies or services not accepted, and the Contractor shall be liable to the Government for any and all rights and remedies provided by law. If it is determined that the Government improperly terminated this contract for default, such termination shall be deemed a termination for convenience. (h) Warranty. The Contractor warrants and implies that the items delivered hereunder are merchantable and fit for use for the particular purpose described in this contract. (End of clause) ALL RESPONSIBLE SMALL BUSINESS SOURCES MAY SUBMIT A QUOTATION FOR CONSIDERATION. ****SPECIAL NOTE**** Anyone placing a bid with the USDA must obtain a Dunn and Bradstreet number. If your company does not have a DUNS number, you may contact Dun and Bradstreet directly to obtain one by calling 1-866-705-5711 or via the following website: http://fedgov.dnb.com./webform You must also be listed in the government’s Central Contractor Registrar. You may register on line with www.CCR.GOV or by calling Central Contractors Registration @ 888-227-2423 A copy of the CCR registration handbook is available at : http://www.ccr.gov/doc/CCR_Handbook.pdf The Government will award a purchase order contingent upon passing of First Article Test resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. This includes Approval of First Article Test; Price, Delivery, Technical Performance, and Warranty of systems and equipment under performance specifications, and /or design criteria. Points of Contact for Technical Assistance: David Pierce Ph: 602-418-5404 Fax: 602-445-9172 David.L.Pierce@aphis.usda.gov Ernie Miller Ph: 602-379-4828 Fax: 602-379-4794 Ernie.D.Miller@aphis.usda.gov Place of Performance First Article Test To be performed at Vendor facility. Place of Performance USDA-APHIS-PPQ-PBWRF 3645 East Chipman Road Phoenix, AZ 85040-2927 Points of Contact Carol Dingess, Purchasing Agent, Phone 612-336-3208, Fax 612-336-3554 Email Carol.Dingess@aphis.usa.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/OPPM/POD/AG-6395-S-09-0087/listing.html)
 
Place of Performance
Address: USDA/APHIS/PPQ/PBWRF, 3645 East Chipman Road, Phoenix, Arizona, 85040, United States
Zip Code: 85040
 
Record
SN01820108-W 20090517/090516161847-004c4001b482388bf0c0afe658ecccf9 (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.