Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2009 FBO #2806
SPECIAL NOTICE

66 -- Electric Development UHT/HTST Lab-25DH

Notice Date
7/31/2009
 
Notice Type
Special Notice
 
NAICS
333294 — Food Product Machinery Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Mid South Area SRRC, 1100 Robert E. Lee Blvd, New Orleans, Louisiana, 70124
 
ZIP Code
70124
 
Solicitation Number
AG-7B31-N-09-0003
 
Archive Date
9/2/2009
 
Point of Contact
Ida J Lirette, , JAMES F. GUESS,
 
E-Mail Address
ida.lirette@ars.usda.gov, JIM.GUESS@ARS.USDA.GOV
(ida.lirette@ars.usda.gov, JIM.GUESS@ARS.USDA.GOV)
 
Small Business Set-Aside
N/A
 
Description
The USDA, Agricultural Research Service intends to issue and award to the MicroThermics, Inc., 3216-B Wellington Court, Raleigh, NC on a sole source basis. Award will be made pursuant to 41 U.S.C.253(c)(1)--Only one responsible source and no other supplies or services will satisfy agency requirements. REQUIREMENT: The Electric Development UHT/HTST Lab-25DH is a laboratory scale pasteurizer/processor that can process samples as small as 1 L and yet has the flexibility to process larger amounts. This processor has the ability process a wide variety of fluid and fairly viscous products. The pumps operate at a maximum pressure of 175 PSI and are adjustable for the proper flow rate. This systems normal operating flow rates for product are from 800 mLs/minute up to 3000 mLs/minute. The preheater has a temperature range of up to 250⁰F and the final heater has a temperature range of 160⁰F to 300⁰F. The preheater and the final heater each have their own hot water generators and control loops. For each heating stage, a product heat exchanger, the heat capacity of the hot water generator and the controller that is used, are designed to represent those found in commercial processes. This equipment is CIP (clean-in-place) cleanable. Unique Qualifications: The purchase of the Electric Development UHT/HTST Lab-25DH from MicroThermics, Inc., 3216-B Wellington Court, Raleigh, NC is justified for the following reasons: (1) the Electric Development UHT/HTST Lab-25DH is a unique instrument. It processes a small sample volume and has a low void volume of product to start flow. (2) It is equipped with a variable speed, positive displacement pump with a maximum pressure of 175 PSI. (3) It has high velocity heaters designed to simulate production plant condition which allows processing of fluid products with or without proteins. MicroThermics, Inc. provides start-up and training. The trainer will inspect installation for safety and correctness, inventory of parts, and conduct a step-by-step start-up and operation of the equipment. MicroThermics, Inc. provides ongoing technical support for free. This system is expandable to add a product homogenizer and clean-fill hood with sterile product outlet. The system will be fully tested to ensure its safety and proper operation before shipping, MicroThermics System and options shall be free from manufacturing defects for a period of 12 months after arrival to SRRC. • Contract includes installation, delivery cost, and training and standard commercial warranty. If a vendor is interested in submitting a quote for this sole source notification the quotes and proposal shall include technical specifications, descriptive material, and capabilities of the offerors equipment. Offerors shall identify where the offered item at a meets or does not meet each of the Government's functional and performance minimum specifications listed herein. All responsible sources may submit a quotation which shall be considered by the agency. Delivery will be FOB Destination to New Orleans, LA. Quoted price shall include all delivery costs. Equipment shall be installed by the vendor and be operational before payment will be made by government. Evaluation will be made based on price and capability of equipment to meet specifications. The government anticipates award of a contract resulting from this solicitation to the responsible offeror whose offer conforming to the specifications will be most advantageous to the Government. PAYMENT: Any award made under this solicitation is subject to 31 CFR Part 208 which requires all payments made by the government to be made by electronic funds transfer. Please note on your proposal if you will accept a government purchase (VISA) card. This solicitation incorporates the following FAR clauses, provisions and addendums: 52-212-1 Instructions to Offerors-Commercial Item; 52.212-3 Offeror Representations and Certifications-Commercial Items - annual representations and certifications are required. Offers shall include a statement as follows on their offer: the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at http://orca.bpn.gov have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference, except for paragraphs ______________; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. In paragraph B of 52.212-5, the following apply: 52.203-6 Alternate 1, 52.219-8, 52.219-14, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-13, 52.225-33, Payment by Electronic Funds Transfer-Central Contractor Registration.. In the event the vendor will accept payment via the Government Purchase Card (VISA), the vendor shall annotate on its offer that it will accept the purchase card, and clause 52.232-33 will be superseded by clause 52.232-36. The Government shall award a contract resulting from this solicitation to the responsive/responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government per FAR 13.106-2. Responses shall include technical specifications, descriptive material, and capabilities of the offerors equipment. Offerors shall identify where the offered item meets or does not meet each of the Government's functional and performance minimum specifications listed herein. All responsible sources may submit a quotation which shall be considered by the agency. All sources wishing to provide a quotation must respond by 12:01 PM, September 1, 2009. Quotations should be addressed to USDA Agricultural Research Service, Southern Regional Research Center, 1100 Robert E. Lee Blvd, New Orleans, LA 70124-4305 or via e-mail. POC Ida Lirette, Contracting Officer. All responses will be evaluated to determine the equipment's capability to meet the above requirements. This procurement will be processed pursuant to FAR part 12, Acquisition of Commercial Items. No telephone inquiries will be accepted. No solicitation will be issued. Questions can be e-mailed ida.lirette@ars.usda.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/SRRC/AG-7B31-N-09-0003/listing.html)
 
Record
SN01894630-W 20090802/090731235303-5f381fab7aa95bbece261e929e207f86 (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.