Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 15, 2011 FBO #3459
SOLICITATION NOTICE

66 -- SHORT PATH DISTILLATION SYSTEM

Notice Date
5/13/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333298 — All Other Industrial Machinery Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, North Atlantic Area, Area Office, 600 East Mermaid Lane, Wyndmoor, Pennsylvania, 19038, United States
 
ZIP Code
19038
 
Solicitation Number
108-00014
 
Archive Date
6/18/2011
 
Point of Contact
Regina L. Dennis, Phone: 215-233-6553
 
E-Mail Address
regina.dennis@ars.usda.gov
(regina.dennis@ars.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION>K <DATE>0513 <YEAR>11 <ZIP>19038> <CLASSCOD> 66 <OFFADD>USDA, ARS, ERRC; Location Administrative Office; 600 East Mermaid Lane; Wyndmoor, PA 19038 <<SUBJECT>66- SHORT PATH DISTILLATION SYSTEM <SOLNBR>108-00014 <RESPDATE>06-3-11 <CONTACT>Point of Contact, Regina Dennis, Purchasing Agent, (215)233-6553, fax (215) 233-6485 United States Department of Agriculture, Agricultural Research Service (ARS), Eastern Regional Research Center, Sustainable Biofuels and Coproducts (SBCP) Reseach Unit in Wyndmoor, PA is seeking to purchase a Short Path Distillation System USDA requires a Short Path Distillation System 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. The short path distillation device will be used to separate/purify the modified fatty acid products and high molecular weight polymeric products, generated from our reactions by distillation under low vacuum and low temperatures. Typically, our reactions generate product mixtures that are extremely difficult (almost impossible) to separate/purify using the traditional distillation method. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6 (current as of FAC 2005-50), 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 NAICS is 333298. The Solicitation number is 108-00014 and is issued as a Request For Quotation (RFQ). SCHEDULE OF ITEMS - Furnish and deliver, F.O.B. Destination a Short Path Distillation System: Specifications for Short Path Distillation System General a. All glass parts should be made from borosilicate glass. b. All glass to glass connections should be of a standard taper so aftermarket parts can be obtained from various vendors. c. All metal parts should be made from stainless steel. d. Throughput of the system should be 0.1 to 2.0 liters/hour with operational temperature of 300ºC or more and operational pressure of 0.001 mbar or less. 1. Evaporator Chamber a. All glass construction. b. Evaporator surface of ~0.04m2 and external condenser surface of ~0.065m2. c. Jacketed feed nozzle, distillate discharge and residue discharge for use with hot water/oil circulator. d. Vapor outlet from system on the lower section of evaporator, NOT a straight through design where the feed inlet and the vapor outlet are level and directly across from each other. 2. Feed Tank a. Glass Construction with minimum 500 mL capacity. b. Must be jacketed for use with a hot water/oil circulator. Will accept a feed tank jacketed in such a way that both the feed tank and feed nozzle are jacketed together. c. Controlled dosing of sample through use of a capillary metering valve or similar device. 3. Cold Trap a. Glass Construction. b. Use of acetone/dry ice or liquid nitrogen for cold trap system. c. Cold trap inlet must be positioned low on the vapor inlet side, outlet positioned high on the exit side, NOT a straight through design where the vapor inlet and outlet are level and directly across from each other. 4. Wiper System a. Easily interchangeable wiper system which can accommodate vendor's commercially offered rollers and wipers to be purchased at a later date. Rollers and wipers to be existing catalogue offerings, not custom designed. b. Adjustable wiper speeds up to 500 revolutions per minute or more. c. Wiper system must be able to handle samples with high/low viscosity. d. Seal of driveshaft for wiper system needs to be easily interchangeable to a seal of a different material. 5. Discharge System a. Glass triple split distributor for residue. b. Glass triple split distributor for distillate. c. 3 collection flasks of 250 mL or larger for residue. d. 3 collection flask of 250 mL or larger for distillate. 6. Vacuum System a. Includes a dual stage rotary vane pump and an oil diffusion pump. b. Rotary vane pump will have an exhaust filter, and possessing 2.5m2/h capacity or more. c. Oil diffusion pump will have 40l/s capacity or more. d. The vacuum system should achieve 0.001 mbar or less. e. Includes a digital pressure gauge. f. Include a dosing valve for pressure adjustment/venting. g. Include all connection pipes or hoses to/for the vacuum system. 7. Hot Oil Circulator System a. Operational temperature range from room temperature to 300ºC. b. Digital display and controller with the ability to monitor/adjust temperature and monitor flow rate of medium. c. Includes all necessary insulated hoses and adapters to connect the unit. 8. Frame for short path system a. Constructed of stainless steel. b. Will preferably fit in a 48" x 22" x 48" space, or be on a moveable platform. c. Frame system will have a collecting tray to contain spills. 9. Miscellaneous a. Include assembly instructions and operating manual. b. Includes all tubing and adapters necessary for assembling of short path system. c. Includes all tools needed for the assembly and maintenance of the short path system. Include spare parts (seals, O-rings, gaskets, spare adapters) for maintenance of short path SECTION 508 - ACCESSIBILITY OF ELECTRONIC AND INFORMATION TECHNOLOGY (a) This Request for Quotation is subject to Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) as amended by the workforce Investment Act of 1998 (P.L. 105-220). Specifically, subsection 508(a)(1) requires that when the Federal Government procures Electronic and Information Technology (EIT), the EIT must allow Federal employees and individuals of the public with disabilities comparable access to and use of information and data that is provided to Federal employees and individuals of the public without disabilities. (b) The EIT accessibility standards at 36 CFR Part 1194 were developed by the Architectural and Transportation Barriers Compliance Board ("Access Board") and apply to contracts and task/delivery orders, awarded under indefinite quantity contracts on or after June 25, 2001. (c) Each Electronic and Information Technology (EIT) product or service furnished under this contract shall comply with the Electronic and Information Technology Accessibility Standards (36 CFR 1194), as specified in the contract, as a minimum. If the Contracting Officer determines any furnished product or service is not in compliance with the contract, the Contracting Officer will promptly inform the Contractor in writing. The Contractor shall, without charge to the Government, repair or replace the non-compliant products or services within the period of time to be specified by the Government in writing. If such repair or replacement is not completed within the time specified, the Government shall have the following recourses: 1. Cancellation of the contract, delivery or task order, purchase or line item without termination liabilities; or 2. In the case of custom Electronic and Information Technology (EIT) being developed by a contractor for the Government, the Government shall have the right to have any necessary changes made or repairs performed by itself or by another firm for the noncompliant EIT, with the contractor liable for reimbursement to the Government for any expenses incurred thereby. (d) The contractor must ensure that all EIT products that are less than fully compliant with the accessibility standards are provided pursuant to extensive market research and are the most current compliant products or services available to satisfy the contract requirements. (e) For every EIT product or service accepted under this contact by the Government that does not comply with 36 CFR 1194, the contractor shall, at the discretion of the Government, make every effort to replace or upgrade it with a compliant equivalent product or service, if commercially available and cost neutral, on either a contract specified refresh cycle for the product or service, or on a contract effective option/renewal date; whichever shall occur first. Section 508 Compliance for Communications The Short Path Distillation System shall comply with the standards, policies, and procedures below. In the event of conflicts between the referenced documents and this Request for Quotation shall take precedence. Rehabilitation Act, Section 508 Accessibility Standards 1. 29 U.S.C. 794d (Rehabilitation Act as amended) 2. 36 CFR 1194 (508 Standards) 3. www.access-board.gov/sec508/508standards.htm (508 standards) 4. FAR 39.2 (Section 508) 5. USDA Standards, policies and procedures (Section 508) In addition, all contract deliverables are subject to these 508 standards as applicable. Regardless of format, all Web content or communications materials produced, including text, audio or video - must conform to applicable Section 508 standards to allow federal employees and members of the public with disabilities to access information that is comparable to information provided to persons without disabilities. All contractors (including subcontractors) or consultants responsible for preparing or posting content must comply with applicable Section 508 accessibility standards, and where applicable, those set forth in the referenced policy or standards documents above. Remediation of any materials that do not comply with the applicable provisions of 36 CFR Part 1194 as set forth in the Request for Quotation, shall be the responsibility of the contractor or consultant. The following Section 508 provisions apply to the content or communications material identified in this Request for Quotation: 36 CFR Part 1194.21 a - l 36 CFR Part 1194.22 a - p 36 CFR Part 1194.31 a - f 36 CFR Part 1194.41 a - c The contractor shall provide a completed Section 508 Product Assessment Template and the contractor shall state exactly how proposed EIT deliverable(s) meet or does not meet the applicable standards. The following Section 508 provisions apply for software development material identified in this SOW, PWS, or TO: For software development, the Contractor/Developer/Vendor shall comply with the standards, policies, and procedures below: Rehabilitation Act, Section 508, Accessibility Standards (1) 29 U.S.C. 794d (Rehabilitation Act as amended) (2) 36 CFR 1194 (508 Standards) 36 CFR Part 1194.21 (a - l) 36 CFR Part 1194.31 (a - f) 36 CFR Part 1194.41 (a - c) (3) www.access-board.gov/sec508/508standards.htm (508 Standards) (4) FAR 39.2 (Section 508) (5) USDA Standards, policies and procedures (Section 508) a. Information Technology - General Information http://www.ocio.usda.gov/508/index.html#resources For web-based applications, the Contractor shall comply with the standards, policies, and procedures below: Rehabilitation Act, Section 508, Accessibility Standards (1) 29 U.S.C. 794d (Rehabilitation Act as amended) (2) 36 CFR 1194 (508 Standards) 36 CFR Part 1194.22 (a - p) 36 CFR Part 1194.41 (a - c) (3) www.access-board.gov/sec508/508standards.htm (508 Standards) (4) FAR 39.2 (Section 508) (5) USDA Standards, policies and procedures (Section 508) a. Information Technology - General Information http://www.ocio.usda.gov/508/index.html#resources 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 (June 2008), applies to this acquisition. FAR Clause 52.212-1, is amended to include the following clauses by reference: 1. 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 (Jan 2011), with the quotation. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Jun 2010), 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 (Jul 2010); 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 June 3, 2011, 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/NAAO/108-00014/listing.html)
 
Place of Performance
Address: USDA, ARS, Eastern Regional Research Center, 600 East Mermaid Lane, Wyndmoor, Pennsylvania, 19038, United States
Zip Code: 19038
 
Record
SN02447549-W 20110515/110513234537-670f1d8ebf9b3039f16ae0c3b12c172c (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.