Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 15, 2018 FBO #6078
SOLICITATION NOTICE

66 -- Photoreactor Instrument - FAR 52.212-3

Notice Date
7/13/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Agricultural Research Service - Midwest Area
 
ZIP Code
00000
 
Solicitation Number
1251LA18S0004
 
Archive Date
8/7/2018
 
Point of Contact
Christine Gunterman, Phone: 309-681-6481
 
E-Mail Address
christine.gunterman@ars.usda.gov
(christine.gunterman@ars.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
FAR 52.212-3 Offeror Representations and Certifications-Commercial Items 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. 1251LA18S0004 is being issued as a Request for Quotes (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99. The NAICS code applicable to this acquisition is 334516. For a company to qualify as a small business, the small business standard is 500 employees or less. USDA, ARS, National Center Agricultural Utilization Research (NCAUR), Peoria, IL, Bio-Oils Research (BOR) Unit, has a requirement/need for a contractor to provide and deliver a Photoreactor instrument. This instrument will be used for conducting publishable and or patentable research in a safe manner on production and applications of copolymers from renewable, lipid-derived materials. The instrument shall meet the following technical specifications: 1. Enclosed system that shields users from intense, harmful UV light. 2. Safety interlocks that automatically turn off the lamps if the chamber door is opened during an experiment, thereby protecting users from harmful UV radiation. 3. Integrated exhaust system. 4. Automated monitoring of temperature inside of the UV chamber for accurate determination of experimental conditions. 5. An integrated UV-calibrated power meter that permits the user to verify the exposure dose at any time and at any location within the photoreactor. 6. Compatibility with different lamps to access different wavelengths. 7. Ability to accept "large" scale reaction vessels to aid in scale-up production of materials for further testing to determine potential applications. Normally, materials are initially prepared at small scale (1 - 5 grams) and then selected promising samples are produced at larger scale (20 - 100 grams) for mechanical property testing. Such larger scale production is critical to our research, as we are in the business of developing materials with potential industrial applications. 8. Lamps that are mounted across the top and the sides of the photoreactor to allow even exposure of experimental samples to UV irradiation. 9. Integrated stirring of the reaction vessel to ensure homogeneity during the course of the experiment. 10. Integrated carousel and turntable to allow for equal exposure of multiple samples. 11. Timer control that automatically shuts the photoreactor off after the required exposure time. 12. Panel-mounted gas inlets to allow inert gases to be readily available for experiments requiring inert atmospheres. DESCRIPTIVE LITERATURE: Offerors shall submit a copy of the descriptive literature (with pictures) describing their proposed equipment with enough detail to ascertain whether the equipment meets the criteria listed above. DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award Offerors shall provide 1) a Quote on company letterhead including company DUNS#, detailing the item description, unit price per item, total price and valid for at least 60 days after receipt of quote; 2) Descriptive literature & brochures; 3) at least 2 to 3 references for the proposed equipment. References must have received the proposed equipment within the last five (5) calendar years (Government references preferred but will accept commercial references). References shall be provided for the service proposed and if possible include the email address of the person to be contacted; 4) GSA Contract number and expiration date (if applicable to equipment requested; and 5) Offerors shall include a completed copy of the provisions FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, with this offer; for a copy of this provision may be obtained at http://www.acquisition.gov/comp/far/index.html or see attachment 1 REJECTION OF QUOTATION: Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer and will be considered. The following provisions and clauses apply to this acquisition and can be found in full text at http://www.acquisition.gov/far/index.html. Far 52.252-1, Solicitation Provisions Incorporated by Reference are as follows: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-2, Evaluation - Commercial Items: FAR 52.212-3, Offeror Representations and Certifications Commercial Items (provide with Quote); FAR 52.204-7, System for Award Management. (ALL OFFERORS MUST BE REGISTERED IN THE SYSTEM FOR AWARD MANAGEMENT (SAM) DATABASE IN ORDER TO RECEIVE AN AWARD.) The website address for registration is: http://www.sam.gov; and FAR 52.222-22, Previous Compliance Report. FAR 52.252-2, clauses incorporated by Reference, FAR 52.212-4, Contract Terms and conditions Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-commercial Items apply to this acquisition. The following FAR clauses cited in 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial items are applicable to this acquisition: FAR 52.214-34, Submission of Offers in the English Language, FAR 52.214-35, Submission of Offers in U.S. Currency, Far 52.222-3, Convict Labor (E.O 11755), FAR 52-222-19, Child Labor, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.225-1, Buy American Act; FAR 52.225-2, FAR 52.225-13, Restriction on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-central Contractor Registration (31 U.S.C. 3332), far 52.232.36, Payment by Third Party (31U.S.C. 3332), FAR 52.233-2 Service of Protest and FAR 52.233-3 Protest After Award. The FAR clauses may be viewed at http://www.acquisition.gov/comp/far/loadmainre.html DELIVERY: FOB Destination. Delivery to: USDA-ARS-NCAUR, Peoria, Illinois. QUOTE PRICE MUST INCLUDE any freight, shipping, handling as well as any applicable duties, brokerage, or customs fees. DELIVERY DATE DUE: The delivery date is within 60 days after receipt of order (ARO), however, each offeror shall include their proposed delivery schedule as part of their quotation. FAR 52.212-2, EVALUATION-COMMERCIAL ITEM, the significant evaluation factors, in the relative order of importance, are (i) technical capability of the item offered to meet the Government requirement including delivery date; (ii) past performance; and (iii) price (based on F.O.B. Destination), technical and past performance are more important than price. Award will be made based on overall BEST VALUE to the government using simplified acquisition procedures. EVALUATION & AWARD FACTORS-The contract resulting from this solicitation will be awarded to the responsible party whose offer, conforming to the solicitation, is determined most advantageous to the government, cost, and other factors considered. Each Quote shall respond to each of the evaluation factors identified below. With the exception of past performance, a technical evaluation will be performed on each quote based solely on the information furnished and not on previous knowledge or associations. The evaluation factors are as follows: (1) Technical Evaluation Factors: A) All quotes will be rated against the technical capability of the item offered to meet the Government requirement. B) Delivery. C) Warranty. D) Descriptive Literature. The Offeror 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. Any amendment and documents related to this procurement will be available electronically at the internet site: http://www.fbo.gov Potential offerors will be responsible for downloading their own copy of those documents related to this procurement, if any. Furnish Quotes to: Chris Gunterman, Contracting Officer, USDA, ARS, NCAUR 1815 N. University St. Peoria, IL 61604. Quotes and other requested documents may be provided by email to christine.gunterman@ars.usda.gov Furnish quotes no later than 2:00PM (CST), Monday, July 23, 2018. Additional information may be obtained by contacting the Contracting Officer at (309) 681-6481.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c106f5a4c408e46310251515e425f639)
 
Place of Performance
Address: USDA-ARS-NCAUR, 1815 N. University St., Peoria, Illinois, 61604, United States
Zip Code: 61604
 
Record
SN04991526-W 20180715/180713231017-c106f5a4c408e46310251515e425f639 (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.