SOLICITATION NOTICE
66 -- Climate Controlled Chamber
- Notice Date
- 8/21/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Agricultural Research Service - Eastern Business Service Center
- ZIP Code
- 00000
- Solicitation Number
- AG-32SC-S-14-703491
- Archive Date
- 9/17/2014
- Point of Contact
- Kristen Turner, Phone: 3096816624
- E-Mail Address
-
kristen.turner@ars.usda.gov
(kristen.turner@ars.usda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- All quotes and revisions shall be submitted to Kristen Turner via email at Kristen.turner@ars.usda.gov. Quotes and all revisions are due no later than September 2, 2014, 2:00 PM Central Standard Time. Offerors shall ensure the RFQ number is visible in the subject line of the email. Faxed quotes shall not be accepted. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-74. This solicitation will be a 100% Total Small Business Set-Aside. The associated NAICS code is 334516 (Analytical Laboratory Instrument Manufacturing). The government anticipates a Firm Fixed price contract for a climate controlled environmental chamber. The following minimum specifications must be met to be considered for award: Minimum Requirements: • Three compartment walk-in climate controlled chamber with total dimensions 25'x11'x8'; • Temperature control between 67°F-72°F including temperature alarm; • Central room of the chamber will be a work room with temperature regulated by air conditioner; • Work room will be furnished with a sink with domestic water piping and drain; • Two plant growth rooms will be accessed from doors on either side of the central work room; • Chilled water system will be used to regulate temperature of plant growth rooms; • Electrical wiring for a total of 8-120v receptacles in each of the three rooms; • Vacuum pump with variable power supply serving each of the three rooms. The Contractor shall provide all items F.O.B. destination. Location of the Government site is aboard USDA, ARS, Robert Holley Center, Tower Road, Ithaca, NY 14853-2901 and will be identified in the contract. The Government anticipates award of a Firm Fixed Price contract. Quoters responding to this announcement shall submit their quote in accordance with FAR 52.212-1. Submission of quote shall include the following: (1) Technical Specifications and (2) Price (to include shipping). The basis for award is Lowest Price Technically Acceptable (LPTA). "LPTA" means the expected outcome of the acquisition that, results from selection of the technically acceptable proposal with the lowest evaluated price. Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Technical Specifications, (2) Price (to include shipping) and must also have satisfactory Past Performance. INSPECTON AND ACCEPTANCE TERMS: Supplies will be inspected and accepted at destination. The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration: AGAR 452.204-70 Inquiries; FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation-Commercial Items (filled in as follows: Technical specifications/support, and price); FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; FAR 52.219-6 Notice of Total Small Business Set-Aside; AGAR 452.219-70 Size Standard and NAICS Code Information; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity Employment; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-25 Prohibitions on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Reps and Certs; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract; FAR 52.252-1 Solicitations Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference. To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A DUNS (Dunn and Bradstreet) number is required in order to register. All invoices shall be submitted electronically using the Invoice Processing Platform system at www.ipp.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/b7c27acd35c5288d12bcb87c986f63bd)
- Place of Performance
- Address: USDA, ARS, Robert Holley Center, Ithaca, New York, 14853-2901, United States
- Zip Code: 14853-2901
- Zip Code: 14853-2901
- Record
- SN03475221-W 20140823/140822000058-b7c27acd35c5288d12bcb87c986f63bd (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 |