SOLICITATION NOTICE
36 -- LAB SCALE HIGH HYDROSTATIC PRESSURE SYSTEM AND COMPONENTS
- Notice Date
- 9/13/2007
- Notice Type
- Solicitation Notice
- NAICS
- 333294
— Food Product Machinery Manufacturing
- Contracting Office
- Department of Agriculture, Agricultural Research Service, North Atlantic Area Office, 600 East Mermaid Lane, Wyndmoor, PA, 19038, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- 102-245
- Response Due
- 9/26/2007
- Archive Date
- 10/11/2007
- Small Business Set-Aside
- Total Small Business
- Description
- USDA, Agricultural Research Service (ARS), Eastern Regional Research Center is seeking to purchase a Lab Scale High Hydrostatic Pressure System and Components the system will be used to investigate inactivation kinetics of pathogenic microorganisms during pressure shift freezing and during high-temperature high-pressure processing of food matrixes. USDA requires a Lab Scale High Hydrosttic Pressure System and Components to be furnished and delivered (F.O.B. Destination within Consignee=s Premises) to the USDA, ARS, Eastern Regional Research Center located in Wyndmoor, Pennsylvania; in accordance with the terms, conditions, and specifications contained in this document. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6 (current as of FAC 2005-20), 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. This procurement is set-a-side for small business. The NAICS is 333294. The Solicitation number 102-245, is issued as a Request For Quotation (RFQ). SCHEDULE OF ITEMS - Furnish and deliver, F.O.B. Destination a Lab Scale High Hydrostatic Pressure System and Components: The complete system includes: all hardware and software necessary to operate the system. The HPP system must have at minimum the following features: Usable Diameter: 35 mm 1. High Pressure Chamber: a. Pressure vessel must attain at least: 900 Mpa b. Usable Depth: 250 mm c. Time to maximum pressure: 45 seconds d. Vessel Operating Temperature: -20 ?C to +95 ?C e. Material of construction: Stainless steel f. Designed to ASME Section VIII Division 3 or equivalent g. Working Fluids: Water or water / propylene glycol solution or other suitable solutions as determined by contractor 2. Automatic System Control: The control of the HHP shall be provided by a Programmable Logic Controller (PLC) with a Human Machine Interface (HMI) or equivalent. At minimum the PLC shall: a. Provide adjustment for the pressurization rate b. Provide adjusts to the depressurization rate c. Provide for variable dwell time d. Control chamber temperature e. Provide for programmable cycle repetition f. Include all software, hardware, and programming g. Export all data to laptop computer and Microsoft Excel. Minimum computer requirements: Intel Core Duo Processor T2350 1.86 GHz, 1MB L2, 533 MHz FSB, 2.0 SDRAM, 80 GB hard drive, 8x DVD+/-RW drive, wireless LAN, 15? diagonal widescreen TFT display monitor. Media for the operating system, drivers, Microsoft Office shall be included. 3. Manual Control: a. Master power switch b. Emergency stop c. Manual pressure release 4. Measured and Recorded Test Parameters a. Pressure inside high pressure chamber b. Temperature inside high pressure chamber (2 independent probes) c. Temperature of heat transfer fluids d. Time of pressurization and depressurization e. Sampling rate of above parameter shall be user adjustable. 5. Spare Parts: The contractor shall provide all necessary spare parts required to maintain and operate the HPP for at least 3,000 typical cycles. Spare parts shall include but not be limited to thermocouples, dynamic and static seals. 6. Temperature System Range: a. Heating System to be included: Room temperature to 95 ?C. b. Cooling System to be included: Room temperature to -20 ?C c. Heating and cooling systems are to be controlled by the PLC. 7. General Requirements a. Maximum unit size dimensions: 1.75 m length, by 0.75 m wide by 1.75 m height. b. Equipment mounted on suitable locking casters. c. Special tools: All specials tools required for the operation and maintenance of the equipment shall be included. 8. Technical Support: a. Two days of technical training for two engineers at the contractor?s facility prior to shipment to include: i. Advance diagnosis and system analysis ii. High Pressure pump rebuilding and maintenance iii. Operational safety parameters iv. Programming v. Pressure chamber seal replacement vi. Thermocouple replacement vii. Sample preparation b. Two days on-site setup and training on basic operations, maintenance and system trouble shooting for a maximum of four operators. c. Equipment warranty: At least 1 year from the date of acceptance on all parts and labor including all third party components. 9. FACILITY POWER AVAILABLE: a. 208 volt, 60 Hz single or three phase and/or 110 volt, 60 Hz, single phase 10. SYSTEM FOOTPRINT: The entire system must fit into a footprint not greater than: a. 1.75 m length, by 0.75 m wide by 1.75 m height. b. The equipment will be unloaded and move equipment into place by the government. 11. ELECTRICAL AND SAFETY REQULATIONS: c. ASME Section VIII Division 3 or equivalent d. National Electric Code INSTALLATION AND START-UP - The Contract shall provide pre-installation requirements within 30 days after receipt of the order. Installation shall be coordinated by the Contractor with the COTR at least one (1) week prior to delivery. The Contractor shall review the installation and complete the commissioning within two (2) weeks after delivery at no additional cost. SECTION 508 ACCESSIBILITY COMPLIANCE CLAUSE All Electronic and Information Technology (EIT) procured through this Contract must meet the applicable accessibility standards at 36 CFR 1194, unless an agency exception to this requirement exists. (36 CFR 1194 implements Section 508 of the Rehabilitation Act of 1973, as amended, and is viewable at: HYPERLINK http://www.section508.gov/http://www.section508.gov/, then go to 508 Law. Companies with the demonstrated capability of providing this equipment must submit a descriptive statement, including descriptive literature, specifically addressing the equipment=s component=s and availability. The statement and literature must be submitted to the Contracting Office Address at the day and time specified in the synopsis. This is not a request for proposal. No solicitation is available. The items to be furnished shall be labeled with the purchase order number and delivered, all transportation charges paid by the Contractor in accordance with the F.O.B. Destination Clause to USDA, ARS, Eastern Regional Research Center. DOCUMENTATION: The Contractor shall provide operations, repair, maintenance manuals, and service instructions submitted upon delivery of the equipment. WARRANTY: The Contractor shall provide the warranty for this equipment with their offer. ADDITIONAL QUOTATION INFORMATION: The provision at 52-212-1, Instruction to Offerors - Commercial Items (Jan 2006), applies to this acquisition. FAR Clause 52.212-1, is amended to include the following clauses by reference: 1. Item (b) Submission of Offers is amended to include the following: Submit your quotation, warranties, descriptive literature on the proposed equipment, and the Certifications at FAR 52.212-3 to the Contracting Officer. FAILURE TO SUBMIT THIS INFORMATION MAY RENDER THE OFFER NON-RESPONSIVE. FACSIMILE OFFERS ARE NOT ACCEPTABLE. The provision at 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. ADDENDUM TO FAR CLAUSE 52.212-2. Any resulting order will be issued to the company offering the best value to the Government, price and other factors considered. EVALUATION FACTORS FOR AWARD will be based on technical capabilities, price and price-related factors. FAILURE TO PROVIDE THE INFORMATION RELATIVE TO EACH EVALUATION FACTOR MAY RENDER YOUR OFFER NON-RESPONSIVE. a) Technical Capability will be based on technical features, and product literature. Each offer is required to submit warranty information, descriptive literature or other documentation, and show how the offered product meets or exceeds the requirements as specified in the specifications. b) Price includes all equipment, accessories, discount terms, and transportation. Your offer shall include pricing in accordance with the SCHEDULE OF ITEMS identified above. c) Offerors shall include a complete copy of the provision at FAR 52.212-3, Offeror/Representation and Certifications-Commercial Items (Nov 2006), with the quotation. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2007), applies to this acquisition. ADDENDUM TO FAR CLAUSE 52.212-4. The following terms and conditions are added as an addendum to this clause: 1. Item (a) Inspection and Acceptance is amended to include the following: AGAR 452.246-70 INSPECTION AND ACCEPTANCE (FEB 1988) - (a) The Contracting Officer or the Contracting Officer=s duly authorized representative will inspect and accept the supplies and/or services to be provided under this contract. (b) Inspection and acceptance of the item shall be performed at: USDA, ARS, Eastern Regional Research Center, 600 East Mermaid Lane, Wyndmoor, PA 19038. 2. Item (g) Invoice is amended to include the following: The invoice shall be submitted in an original and one copy after delivery of all items. The Invoice shall be mailed to: USDA, ARS, Eastern Regional Research Center, 600 East Mermaid Lane, Wyndmoor, PA 19038, ATTN: Regina Dennis. 3. Item (o) Warranty is amended to include the following: The Contractor 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 rights with regard to the other terms and conditions of this contract. The Contractor shall provide a copy of its standard commercial warranty with its quotation. USDA, ARS, Eastern Regional Research Center plans to award a single, firm-fixed price contract to the offeror whose quotation is most advantageous to the Government price and other factors considered. Award may be made without discussions; however, ERRC reserves the right to conduct discussions later if determined necessary by the contracting officer. This contract incorporates one or more clauses by reference, with the same force and affect as if they were given in full text. The full text of these clauses may be accessed electronically at: http://www.arnet.gov/far/. 52.214-21, Descriptive Literature ( Apr 2002); 52.214-34, Submission of Offers in the English Language (Apr 1991); 52.214-35 Submission of Offers in U.S. Currency (Apr 1991); 52.247-35, F.O.B. Destination, Within Consignee=s Premises (APR 1984); 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Jun 2007); 52.232-33 Payment By Electronic Funds Transfer -Central Contractor Registration (Oct 2003), 52.233-4 Applicable Law for Breach of Contract (Oct 2004), applies to this acquisition. Responses are due by 4:00 p.m. local time, on September 26, 2007, at the USDA, ARS, Eastern Regional Research Center, Location Administrative Office, 600 East Mermaid Lane, Wyndmoor, PA 19038. Point of Contact for this acquisition is Regina Dennis, Purchasing Agent, (215) 233-6553 or fax (215) 233-6485.
- Place of Performance
- Address: USDA, ARS, ERRC, 600 East Mermaid Lane, Wyndmoor, PA
- Zip Code: 19038
- Country: UNITED STATES
- Zip Code: 19038
- Record
- SN01405305-W 20070915/070913220435 (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 |