SOLICITATION NOTICE
66 -- Laboratory Steamer
- Notice Date
- 8/21/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423830
— Industrial Machinery and Equipment Merchant Wholesalers
- Contracting Office
- Department of Agriculture, Agricultural Research Service, Mid South Area, SRRC, 1100 Robert E. Lee Blvd, New Orleans, Louisiana, 70124, United States
- ZIP Code
- 70124
- Solicitation Number
- RFQ-7B31-S-09-0003
- Archive Date
- 9/16/2009
- Point of Contact
- Ida J Lirette,
- E-Mail Address
-
ida.lirette@ars.usda.gov
(ida.lirette@ars.usda.gov)
- Small Business Set-Aside
- N/A
- Description
- 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is RFQ-7B31-S-09-0003 and is issued as a request for quotation and incorporates provisions and clauses that are in effect through FAC 2005-36. The NACIS code applicable to this acquisition is 423830. The USDA, ARS has a requirement for a Steamer with steaming chamber and control box equivalent to a MATHIS Laboratory Steamer Type DH/DHe (ECO) with ECO steam control including IR Pyrometer surfacing measuring devise, variable speed control, and self contained steam generator for continuing work on the optimization of the padding/drying/curing operation of various types of cotton textiles. The critical characteristics of this equipment are as follows: MATHIS Laboratory Steamer Type DH/DHe (ECO): Steaming chamber, Superheaitng aggregate, Control box, Mathis graphic process controller type Univision Touch S, and Steam generator (Steamer DHe). Must be compatible with and supply proper amount of steam to the MATHIS Pad-Steam Range Type PSA/PSA-HTF and Laboratory Steamer De-e. Delivery will be FOB Destination to New Orleans, LA. Delivery time is by March 31, 2010. Quoted price shall include delivery costs, one year warranty, and start-up and operation instructions. 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. 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. Offerors shall include a statement as follows on their offer: "the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at http://orca.bpn.gov have been entered or updated in the last 12 months, are current, accurate, compete, 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 into this offer by reference, except for paragraph _______:" 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, 52.219-6, 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 Electron Funds Transfer-Central Contractor Registration. The government anticipates award of a contract resulting from this solicitation to the responsible offeror whose offer conforms to the specifications that will be the most advantageous to the government in accordance with FAR 13.106-2. Responses shall include technical specifications, descriptive material and capabilities of the offerors equipment. Offerors shall identity where the offered item meets or does not meet each of the Government's functional and performance minimum specifications listed herein. All sources wishing to furnish a quotation must respond by no later than 12:01 p.m. central standard time, September 15, 2009. Quotations are to be submitted to Ida Lirette, Contracting Officer, at e-mail address: ida.lirette@ars.usda.gov. No faxed or telephone inquiries will be accepted. Questions can be submitted via e-mail.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/SRRC/RFQ-7B31-S-09-0003 /listing.html)
- Record
- SN01921349-W 20090823/090822001534-a941e1bd2d307008c5931580930e015b (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 |