Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2009 FBO #2785
SOLICITATION NOTICE

66 -- Adult Plant Growth Chamber

Notice Date
7/10/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Midwest Area Office, 1815 N. University Street, Peoria, Illinois, 61604
 
ZIP Code
61604
 
Solicitation Number
AG-63VY-S-09-0004
 
Archive Date
8/14/2009
 
Point of Contact
Randall W Kiehne, Phone: 651-649-5047
 
E-Mail Address
randy.kiehne@ars.usda.gov
(randy.kiehne@ars.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This notice 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. The announcement constitutes the only solicitation; quotes are being requested and written solicitation will not be issued. Solicitation Number AG-63VY-S-09-00004 is issued as a request for quote (RFQ). Award will be made to a small business provided that a minimum of two competitive offers are received from small businesses, award will be made on the basis of full and open competition from among all responsible business concerns submitting offers. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-08. NACIS Code 334519 and business size 500 employees. The USDA, Agricultural Research Service, Cereal Disease lab., St Paul, Minnesota, has a requirement for a Adult Plant Growth Chamber,Application: Production of adult plants for agricultural research, including plant pathology and agronomy research, under controlled environmental conditions (light, temperature and humidity). Ext. Dimensions: no greater than 95"W x 37.5"D x 77"H, with no greater than 66" depth with doors open to 90 degrees. Interior Space: at least 59 Total cu. ft., Work Area: at least 15 Total sq. ft., dimensions at least 72"W x 30"D. Growing Height: at least 46" (on each of 1 tiers). Temp. Range: 10° to 44°C lights ON (± 0.5° C), 4° to 44°C lights OFF (± 0.5° C). Temperature Safety: Adjustable high and low temperature controls, audible alarms and visual indicators are provided. The controls shutdown all the power to the chamber, and activates alarms. When the temperature returns to the normal range the system will automatically reset. Airflow: Conditioned air moves in a uniform upward direction through the entire work bench through perforations in the aluminum channels. Fresh air inlet and outlet are adjustable. Light Intensity: at least 850 micromoles/m2/s at 6" from lamps. Lighting System: Counter-balanced lamp bank adjustable for optimizing light intensities. The light fixtures yield up to 1000 micromoles/m2/s @ 6" from the lamps. The lamps are a balanced spectrum for plant growth using T8 fluorescent lamps and 60W incandescent bulbs. Programming and control of the lighting is done via microprocessor controller. At least two level programming of fluorescent lighting and one level programming of incandescent lighting. Easily accessible ballasts. Heat from lamps removed by conditioning system. Lamps easily accessible and replaceable from inside of chamber growth area. Construction: Interior constructed of highly reflective enamel coated steel or aluminum with the exception of the interior floor, which is stainless steel, and the work bench which is perforated aluminum channel. Exterior is enamel coated steel or aluminum. Chamber floor is equipped with a floor drain with attached 3/4" plastic tubing. Includes caster assembly with levelers. Insulation: Woodless construction using CFC free urethane insulation foam. Doors: Two door openings at least 26" x 48" with gasket to provide a tight seal to door frame. Observation window: One door has an observation window at least 12" x 12" with a light tight cover. Refrigeration: CFC free refrigerant. Self-contained water-cooled condensing unit with bypass system for continuous compressor operation, extended life and precise temperature control. Elec. Requirements: 120 - 208 VAC/3 phase/60 Hz. Receptacles: two convenience receptacles provided inside chamber. Instrument ports: two ports with light tight caps located on the front of the chamber. Humidification: spray nozzle humidification for additive control of humidity. Humidifier requires distilled or de-mineralized water. Controlled by microprocessor controller. Temperature Safety Limit Alarm Contacts: allows connection of temperature safety limits to remote alarm panel. Automatic watering: user programmable water tap inside chamber controlled by microprocessor controller. Right hand control compartment: easy access to compressor and refrigeration components through an exterior panel on the end of the chamber. Microprocessor controller: Touch screen control capabilities, Ethernet capabilities, Capable of storing at least 16 real time user entered programs, Step and Ramp Mode, User definable deviation alarms and light lifetime alarms, Non 24 Hour / Non-Circadian Mode Calibration offset menus, Data logging and graphing capabilities. Warranty: at least Two (2) years parts and labor. Installation of unit: Vendor shall arrange for shipping of unit to building location, uncrating and moving equipment to point of installation, leveling of equipment, removal of associated debris to customer provided receptacle and final operational checkout. Additionally, Vendor will arrange for training on new unit, and a minimum of two post-install return visits for minor adjustments. DELIVERY: F.O.B Destination to the USDA-ARS-CDL, 1551 Lindig Street, St Paul, MN 55108. The government desires delivery within 90 days after receipt of order, however, each offeror shall include in their quote a delivery schedule as part of their quotation. Delivery shall be made within the hours of 8:00 a.m. to 4:00 p.m., Monday through Friday, excl. Federal Holidays. In order to be considered for award offerors shall provide a quotation on company letterhead detailing the unit pricing; reconditioning specifications, descriptive literature. brochures, and two references. References must have received the proposed equipment within the last three calendar years (Government references preferred but will accept commercial references) shall also be provided for the product quoted. The following FAR clauses and provisions apply and are available on http://www.arnet.gov/far/. FAR 52.212-1, Instructions to Offerors - Commercial; FAR 52.212-2 Evaluation Commercial Items, Evaluation Factors for award: Any resulting order will be issued to the company offering the best value to the Government, price and other factors considered. Factors that will be considered are technical capability, past performance and price. Technical capabilities are significantly more important than price. Failure to provide the information relative to each evaluation factor may render offer non-responsive. 1) Technical Capability will be based on product literature, technical features, and warranty provisions. Each offeror is required to submit descriptive literature, or other documentation, manufacturer or brand name and model of the item, reconditioning specifications, and show how the offered product meets or exceeds the requirements as specified in the specifications. 2) Past Performance. Past performance of the proposed Adult Plant Growth Chamber in an environmental analytical laboratory setting in terms of reliability and service. B) The offeror may provide a list of references, names, phone numbers of researchers or research organizations that have previously purchased a remanufactured unit. Past performance information under previous contracts will be evaluated to determine the contractor's history as it relates to customer satisfaction and standards of good workmanship. 3) Price: Price includes all equipment, accessories, software, software licensing (if applicable), training, warranty costs, discount terms, installation and transportation costs. Technical capability and past performance are significantly more important than price. Evaluation is based on best value including cost and ability to meet stated requirements above. Offerors shall submit descriptive literature, reconditioning specifications, technical capabilities and warranty data. Technical acceptability will be determined solely on the content and merit of the information submitted response to this provision as it compares to the minimum characteristics provided above. Therefore it is essential that offerors provide sufficient technical literature, documentation, etc. in order for the Government evaluation team to make an adequate technical assessment of the quote as meeting technical acceptability. Offerors shall include a completed copy of the provision FAR 52.212-3 with their proposal. FAR 52.212-3 Offeror/Representation and Certifications-Commercial Items applies to this acquisition, FAR 52.212-4 Contract Terms and Conditions Commercial Items applies to this acquisitions, FAR 52.212-5 Contract Terms and conditions Required to Implement Statutes or Executive Orders Commercial Items, also applies to this acquisition, with the following clauses from (b) applicable to this acquisition: FAR 52.222-26; FAR 52.222-35; FAR 52.222-36; FAR 52.222-37; FAR 52.225-1; FAR 52.225-3; FAR 52.225-13, FAR 52.225-15; FAR 52.232-34; and FAR 52.232-36. The following additional FAR clauses cited in the clause are applicable to this acquisition: FAR 52.214.21 Descriptive Literature applies to this acquisition. WARRANTY: 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 Governments rights under the Inspection clause nor does it limit the Governments right with regard to the other terms and conditions of this contract. Any amendment and documents related to this procurement will be available electronically at the internet site: http://www.eps.gov. Potential offerors will be responsible for downloading their own copy of the document (if any). It is the offerors responsibility to monitor the site for release of the solicitation and any related documents. All responsible sources may submit a quotation which will be considered by the agency. SUBMIT QUOTATION TO: Randy Kiehne, USDA-ARS-CDL, 1551 Lindig Street, St Paul, Minnesota, 55108, no later than 3:00 p.m. Local Time, August 3, 2009. Period of Acceptance of Offers is 90 days from the date specified for receipt of offers. Additional information may be obtained by contacting the Contracting Officer at(651) 649-5047.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/MAO/AG-63VY-S-09-0004/listing.html)
 
Place of Performance
Address: USDA - ARS, 1551 Lindig Street, St Paul, Minnesota, 55108, United States
Zip Code: 55108
 
Record
SN01871970-W 20090712/090711000531-ac28b31611771db8553fb8772282fddf (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.