Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2009 FBO #2855
SOLICITATION NOTICE

36 -- Trash Compactor

Notice Date
9/16/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333319 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street, Butler Square 5TH Floor, Minneapolis, Minnesota, 55403
 
ZIP Code
55403
 
Solicitation Number
AG-6395-S-09-0197
 
Archive Date
10/6/2009
 
Point of Contact
Corinne Nygren, Phone: 6123363235
 
E-Mail Address
corinne.m.nygren@aphis.usda.gov
(corinne.m.nygren@aphis.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This acquisition is being conducted in accordance with FAR Subpart 13.5 test program procedures for commercial items. Simplified acquisition procedures will be followed. (ii) This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. (iii) This combined synopsis/solicitation will result in a firm fixed price commercial supply purchase order. (iv) This requirement is a small business set aside. The NAICS Code is 333319. The small business size standard is 500 employees or less. (v) This requirement is for The United States Department of Agriculture (USDA), Animal and Plant Health Inspection Service (APHIS), Veterinary Services (VS), facility in Ames, IA which has a requirement for a trash compactor. (vi) REQUIREMENT AND QUANTITIES: Contractor is to provide one Trash Compactor in accordance with the specifications listed below in section (x). The pricing for this line item shall include ALL COSTS FOR THE ITEM AND IT'S COMPONENTS AND INSTALLATION at the USDA, APHIS facility in Ames, IA. (vii) Shipping will be FOB destination, therefore, shipping of all items must be included in the price for the line item. (viii) The selected contractor must be able to deliver the requested equipment on or before November 4, 2009. Deliverables and acceptance of the deliverables for the equipment will be FOB destination USDA, APHIS, VS, NVSL, 1920 Dayton Avenue, Ames, IA 50010. (ix) The period of performance of the purchase order shall be from date of award through acceptance and receipt of the delivered item. (x) SPECIFICATIONS: Due to the configuration of the building and the type of waste with which we are dealing, the trash compactor must meet the following technical specifications in order to be technically acceptable and meet the USDA's requirements: The compactor shall be self contained and rated at 30 cubic yards capacity; the compactor shall have a walk on deck that is accessible from inside the building. The walk on deck needs to be at the same level as the dock +/- 1 inch and the dock where the compactor will be located is 48 ½" high; the compactor shall have the capability of being loaded from floor level; the hopper platform shall be as high as the dock to allow for trash carts to be rolled onto the platform for unloading; safety railings in accordance with OSHA standards shall be provided for the loading hopper platform; the compactor shall use 480V 3 phase electric power for the hydraulic system; the hydraulic pump and reservoir shall be remotely located inside of the building; hydraulic hose quick disconnects shall be provided for compactor disconnections and removal; the compactor shall be water tight to prevent any leakage; an enclosure shall be provided to create a weather tight seal between the building and the compactor and fit the roll up door dimensions. The compactor will be backed up to an 8 foot wide by 11 foot high roll up door; the exterior of the enclosure shall be constructed of steel and painted with a color to be determined at the time of purchase; the enclosure shall be insulated with a minimum R value of 12; the enclosure can be hard mounted to the building if necessary. The electrical work for the hook up of the equipment will be performed by the USDA electrical staff on-site. (xi) The provisions and clauses incorporated into this solicitation document are incorporated by reference and are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) provisions and clauses can be accessed on the Internet at http://www.acquisition.gov/far/index.html; (xii) The provision 52.212-1 Instructions to Offerors - Commercial applies to this solicitation. (xiii) The provision 52.212-3 Offeror Representations and Certifications - Commercial Items applies to this solicitation. The contractor shall either complete the on-line Offeror Representations and Certifications or return a completed copy of the Offeror Representations and Certifications with their quotation. The Online Reps and Certs Application Representations and Certifications Application (ORCA) can be found at http://www.bpn.gov., or a hard copy of the provision may be attained from http://www.arnet.gov/far. (xiv) The clause 52.212-4 Contract Terms and Conditions - Commercial Items applies to this acquisition. (xv) The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Commercial Items, applies to this acquisition. The following FAR clauses identified in FAR 52.212-5 are considered checked and are applicable to this acquisition: 52.219-6 Notice of Total Small Business Set Aside; 52.219-28-Small Business Program Representation; 52.222-3-Convict Labor; 52.222-19-Child Labor-Cooperation with Authorities and Remedies; 52.222-21-Prohibition of Segregated Facilities; 52.222-26-Equal Opportunity; 52.222-5-Combating Trafficking of Persons; 52.222-54, Employment Eligibility Verification; 52.225-1 Buy American Act-Supplies; 52.225-2 Buy American Act Certificate; 52.225-13-Restrictions on Certain Foreign Purchases; 52.232-33-Payment by Electronic Funds Transfer -Central Contractor Registration. To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov; (xvi) EVALUATION OF OFFERS: Award will be made to the responsible offeror whose offer conforming to this combined synopsis/solicitation will be most advantageous to the Government, price and other factors considered. In this acquisition, the Government will obtain best value by using the Lowest Priced Technically Acceptable source selection approach. Award will be made to the lowest price technically acceptable responsible offeror whose quote conforms to the specifications listed in this Request for Quote/solicitation. The trash compactor will be evaluated for technical capability as described in the Technical Specifications above. (xvii) Quotations are due to the United States Department of Agriculture, Minneapolis Contracting Office, 100 North Sixth Street, Butler Square, 5th Floor, Minneapolis, MN 55403 by 03:30 PM Central Time, September 21, 2009. Please reference the quote number on your documents. Quotes may be submitted via email, postal mail or by facsimile. (xviii) The assigned Contracting Officer is Ms. Corinne Nygren. Ms. Nygren may be reached at (612) 336-3235 or by fax at (612) 336-3550 or by email at corinne.m.nygren@aphis.usda.gov. (xix) As a minimum, offeror's must submit the following to the Contract Specialist to be considered responsive and have a complete quote: A COMPLETE QUOTE WILL CONSIST OF THE FOLLOWING: 1) Price for the line item which includes all costs for providing the required equipment and its components as well as installation. All overhead and ancillary costs associated with the equipment and components will be assumed by the Contractor, and should be factored into the quote. This quote shall include all shipping costs to the FOB destination. 2) Signature of the offeror on the page which lists the price. 3) Literature of your products and a detailed narrative addressing how your company's products meet the technical specification requirements in (x) above. 4) A completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items OR confirmation that this has been completed on-line. 5) The documentation required in clause 52.225-2 Buy American Act Certificate. (xx) Quotes should be of sufficient detail to determine their adequacy. If an offeror's quote does not contain all of the items listed above, the quote may be considered incomplete for evaluation purposes and no further consideration will be given to the offerors quote, thereby making an offeror ineligible for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/AG-6395-S-09-0197/listing.html)
 
Place of Performance
Address: 1920 Dayton Avenue, Ames, Iowa, 50010, United States
Zip Code: 50010
 
Record
SN01957917-W 20090918/090917001531-e2d2f8efaaa036c5bc9576f7aa87cbfc (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.