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
SOLICITATION NOTICE

66 -- Pilot Plant Mini Vacuum Pan

Notice Date
7/31/2009
 
Notice Type
Combined Synopsis/Solicitation
 
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-S-09-0002
 
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
This is a combined synopsis/solicitation for a commercial item 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; quotations are being requested and a written solicitation will not be issued. The solicitation number is issued as a request for quotations and incorporates provisions and clauses that are in effect through FAC 2005-32. USDA ARS has a requirement for an instrument specifically designed to replicate the typical Robert Vacuum Pan found in sugarcane factories in Louisiana. Critical characteristics of instrument: 1. Shall withstand vacuum of up to 29 inches Hg and up to 100 lbs steam, 2. Shall not exceed a 10 gallon capacity. 3. Shall not exceed the following dimensions: 7 ft height by 8 ft width by 8 ft depth 4. Shall include a mechanical circulator and condenser. 5. Shall include a pedestal with caster rollers not to exceed a height of 3 ft. • Quotation to include installation, delivery cost, and training. • Standard commercial warranty. Delivery should 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/SRRC/AG-7B31-S-09-0002/listing.html)
 
Record
SN01894739-W 20090802/090731235433-d9c18da4c0c4ec28e6d1128a8c591f6f (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.