Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2010 FBO #3078
MODIFICATION

46 -- Triplex Water Softener Unit

Notice Date
4/27/2010
 
Notice Type
Modification/Amendment
 
NAICS
333319 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Midwest Area, Area Office, 1815 N. University Street, Peoria, Illinois, 61604, United States
 
ZIP Code
61604
 
Solicitation Number
AG-52KJ-S-10-AA39
 
Archive Date
5/19/2010
 
Point of Contact
Danielle Cooley, Phone: 765-494-5607
 
E-Mail Address
danielle.cooley@ars.usda.gov
(danielle.cooley@ars.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS AMENDMENT 2 (4/27/2010) PROVIDES FOR THE FOLLOWING CHANGES TO THE SOLICITATION: 1. Extends the due date for receipt of quotes to 5/4/2010 at 2pm eastern. 2. RFI responses NOTE: You must acknowledge receipt/review of each amendment on your quote OR by email to the Contracting Officer. This 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. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation No. AG-52KJ-S-10-AA39 is being issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-40. The NAICS code applicable to this acquisition is 333319. This is a Total Small Business Set-Aside. For a company to qualify as a small business, the small business size standard is 500 employees or less. The Government intends to issue a firm fixed price purchase order using Simplified Acquisition Procedures on or about May 15, 2010. All responsible sources may submit a quotation which shall be considered by the agency. The USDA-ARS in Ames, Iowa, has a requirement for a triplex water softener unit. The triplex system must meet the following specifications: 1. (3) steel softener tanks, including resin (NOTE: tanks must be steel due to heat at their location.) 2. (1) brine tank 3. Softener tank grain capacity: maximum 900,000; minimum 600,000 4. 3" inlet/outlet 5. (3) 3" meters 6. 193 gpm cont @ 15 psi loss for each softener tank 7. 259 gpm peak @ 25 psi loss for each softener tank 8. Electronic controller for softener tanks operation (110V AC) 9. Softener regeneration determined by electronic gallon countdown 10. Provide alarm points from each softener that can be tied into building automation system 11. Digital flow meter that can be tied into building automation system 12. Alternating kit for triplex softener 13. Pressure gauge kit 14. Sample cocks kit 15. Brine reclaim system 16. Complete system needs to fit in a space 9'6" W x 8'0" D The contractor shall place the unit components in position, fill the tanks, and start the control unit. Salt for the tanks will be provided by the Government. GOVERNMENT PERSONNEL SHALL COMPLETE FINAL PIPING CONNECTIONS. Informal training of USDA staff on the salient features of the equipment and its operation is required at time of delivery. System must be operational for acceptance by the Government. DESCRIPTIVE LITERATURE: Offerors shall submit 2 copies of the descriptive literature describing their proposed equipment with enough detail to ascertain whether the equipment meets the criteria listed above. EVALUATION PROCEDURES: The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: technical acceptability, past performance, price. DELIVERY: FOB Destination. Items shall be delivered within 60 days after receipt of order to Ames, Iowa 50010. Quote price must include any shipping/freight costs. DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award Offerors shall provide 1) a quote on company letterhead detailing the item description, and unit price per item and total price; 2) Three to five references for whom the same type of item has been provided, preferably in the last year. (Government references are preferred, but commercial references will also be accepted.) Please include the email address for references provided, if possible; 3) Offerors shall include a completed copy of the provision FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS, with this offer. FAR 52.212-3 can be found on-line at www.acquisition.gov/far. REJECTION OF QUOTATION: Failure to demonstrate compliance will be cause to reject the quote without further discussions. PROVISIONS AND CLAUSES: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: www.acquisition.gov/far. 52.252-2 Clauses Incorporated by Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: www.acquisition.gov/far. The following provisions and clauses apply to this acquisition and are hereby incorporated by reference: 1. FAR 52.212-1, Instructions to Offerors - Commercial Items 2. FAR 52.212-3, Offeror Representations and Certifications Commercial Items (MUST complete and provide with quote) 3. FAR 52.204-7, Central Contractor Registration (ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE IN ORDER TO RECEIVE AN AWARD.) The website address for registration is: http://www.ccr.gov; 4. FAR 52.212-4, Contract Terms and Conditions - Commercial Items with the following addenda to FAR 52.212-4: FAR 52.247-34, FOB Destination; 5. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. The following FAR clauses cited in 52.212-5 are applicable to this acquisition: a. 52.219-6 Notice of Total Small Business Set-Aside b. 52.219-28 Post Award Small Business Program Rerepresentation c. 52.222-3, Convict Labor (E.O. 11755) d. 52.222-19, Child Labor e. 52.222-21, Prohibition of Segregated Facilities f. 52.222-26, Equal Opportunity g. 52.222-36, Affirmative Action for Workers with Disabilities h. 52.225-1 Buy American Act - Supplies i. 52.225-13 Restriction on Certain Foreign Purchases j. 52.232-36 Payment by Third Party 6. FAR 52.233-3 Protest After Award 7. FAR 52.237-1 Site Visit 52.212-2 Evaluation - Commercial Items (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement, (ii) past performance, (iii) price (based on FOB Destination). Technical capability and past performance are more important than price. Award will be made based on overall BEST VALUE to the Government. 52.225-2 BUY AMERICAN ACT CERTIFICATE (FEB 2009) (a) The offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products, ie.e, an end product that is not a COTS item and doesn not meet the comnponent test in paragraph (2) of the definition of "domestic end product." The terms "commercially available off-the-shelf (CLOTS) item," "component," "domestic end product," "end product," "foreign end product," and "United States" are defined in the clause of this solicitation enititled "Buy Amercian Act - Supplies." (b) Foreign End Products (list as necessary): Line Item No. Country of Origin (c) The Government will evaluate offers in accordance with the policies and procedures of Part 25 of the Federal Acquisition Regulation. Any amendment and documents related to this procurement will be available electronically at http://www.fbo.gov. Potential offerors will be responsible for downloading their own copy of those documents related to this procurement, if any. Offerors must acknowledge receipt of each amendment prior to the hour and date specified in the solicitation or as amended. FAILURE TO ACKNOWLEDGE RECEIPT OF ALL AMENDMENTS MAY RESULT IN REJECTION OF YOUR QUOTATION. Furnish quotations to Danielle Cooley, Contracting Officer, USDA-ARS, 275 S. Russell St., West Lafayette, IN 47907, no later than 2:00 p.m. Eastern, May 4, 2010. Quotations and other requested documents may be provided by facsimile to (765) 494-1705 if desired. Additional information may be obtained by contacting the Contracting Officer at (765) 494-5607 or danielle.cooley@ars.usda.gov. RFI Responses/Q&A's/Clarifications 1. Clarification on tank linings: Tanks must be steel; linings (interior/exterior) are not required. If you would like to include lining as an optional line item, you must provide a complete description of the lining system. Water is stored at supply and room temperatures (55F - 80F). 2. Max working pressure: The system is regulated to 60 PSIG. Upstream from the regulator the domestic water supply is pumped to a pressure of 130 PSIG. In the event of a regulator failure, the system could see a maximum pressure of 130 PSIG. 3. Inlet/outlet connections must be copper. 4. Local alarms should be audible or luminary (flashing light). Any digital outputs provided with a standard commercial unit should be 4 - 20 mA. The alarms package should be a standard commercial grade package, generally signaling flow and hardness. 5. The contractor shall provde 3" inlet/outlet connections for Government personnel to pipe the domestic water supply and the soft water distribution. All other internal connections to the system will be made by the contractor.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/MAO/AG-52KJ-S-10-AA39/listing.html)
 
Place of Performance
Address: USDA-ARS National Animal Disease Center, Ames, Iowa, 50010, United States
Zip Code: 50010
 
Record
SN02133422-W 20100429/100427235126-3f073eb22cb401cb334d2504e82f6962 (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.