SOURCES SOUGHT
66 -- Five (5) Analytical Equipment Benches - Sources Sought
- Notice Date
- 9/8/2021 3:47:14 PM
- Notice Type
- Sources Sought
- NAICS
- 337127
— Institutional Furniture Manufacturing
- Contracting Office
- USDA ARS MWA AAO ACQ/PER PROP PEORIA IL 61604 USA
- ZIP Code
- 61604
- Solicitation Number
- 12505B21Q0185SS
- Response Due
- 9/13/2021 3:00:00 PM
- Archive Date
- 09/28/2021
- Point of Contact
- Aaron Dimeo, Phone: 6088900067
- E-Mail Address
-
aaron.dimeo@usda.gov
(aaron.dimeo@usda.gov)
- Description
- A market survey is being conducted to determine if there are adequate Small Business, SBA certified HUBZone, SBA-certified 8(a), Women-Owned, or Service Disabled Veteran-Owned Small Business (SDVOSB) contractors available for a proposed project who meet the specific criteria outlined below. This is a SOURCES SOUGHT NOTICE ONLY. This is not a solicitation Announcement or Request for Quote. It does not constitute any commitment by the Government. No award will result from this notice. The purpose is to conduct market research to gain knowledge of potentially qualified sources and to determine the capability of Small Business and/or Large Business companies to provide the supplies/services described below. Responses to this Sources Sought Notice will be used by the Government to make an appropriate acquisition decision. Department of Agriculture (ARS) requests responses from ALL socioeconomic categories in order to gain a more complete understanding of the market for these products and service. The USDA Agricultural Research Service (ARS) will not award a contract on the basis of responses or pay for the preparation of any information submitted. Respondents will not be notified of the results of this notice. After completing an analysis of the responses, the Government will determine whether to limit competition to 8(a), HUBZone, SDVOSB, Women-Owned, or other small business firms, or to proceed with issuing an unrestricted solicitation, inviting full and open competition. The NAICS code for the expected acquisition is 337127, with a Size Standard of 500 employees and the PSC Code is 6640. Any subsequent procurement will be conducted as a commercial item purchased in accordance with FAR Part 12 and as a Simplified Acquisition Procedure in accordance with FAR Part 13. The Department of Agriculture (ARS) has the need for the following products: 001) Five (5) Analytical Equipment Benches Scope of Work: � The USDA-ARS Plant Science Research Unit (PSRU) in St. Paul, MN is seeking sources for five (5) specialized analytical equipment benches. Background: With the introduction of a new SY and additional directions of research, our laboratory will be getting new analytical equipment that requires some specific types of benches. The forage quality lab is expanding research into alternative bio chemical uses of forages.� New and replacement analytical equipment will be needed and these require specialized benches that address, weight, size and noise characteristics. Vacuum pumps are loud when in continuous operation so there is definitely a safety/health aspect to getting specifically designed and built analytical instrument benches that have designed sound proofing along with powered venting systems. Some equipment requires larger than what is available footprints on benches, and finally the ability to unlock casters allows movement of the equipment for maintenance and space configurations within the lab floor space. Technical Requirements:� We require five (5) specialized laboratory instrument benches, completely assembled to hold specific analytical equipment: Bench 1 Designed for a Gas Chromatograph and Mass Selective Detector Dimensions of (DxWxH) 30in firm x 72in+ x 33+in Weight capacity in excess of 1000 lbs Work surface made of chemically resistant material, frames of steel Fully moveable solidly built casters lockable Integrated noise reduction for vacuum pump that incorporates powered fans (110V) for air circulation Dampening system to isolate pump vibrations with drip and tipping pan audible/visual overheat temperature alarm Have three storage drawers Pull out work area Have cable management on rear of bench Have sit down/stand in area for operator Have mounted electrical 8 outlet surge suppressor, rated min 3840 Joules/97,000 amps Mount option for pull out keyboard Delivery to St. Paul, MN Bench 2 Designed for a Gas Chromatograph Dimensions of (DxWxH) 30in (firm) x 72in+ x 33+in. Weight capacity in excess of 1000 lbs Work surface made of chemically resistant material, frames of steel Fully moveable solidly built casters lockable Have one set of 3 drawers wide or 2x sets of 3 narrow Pull out work area Have sit down/stand in area for operator Have cable management to rear Have mounted electrical 8 outlet surge suppressor, rated min 3840 Joules/97,000 amps Mount option for pull out keyboard Delivery to St. Paul, MN Bench 3 Designed for a Gas Chromatograph Dimensions of (DxWxL) 34 x 72 x 33+ Weight capacity in excess of 1000 lbs Work surface made of chemically resistant material, frames of steel Fully moveable solidly built casters lockable Have 3 wide or 2x 3 narrow drawers Have sit down/stand in area for operator Pull out work area Have cable management to rear Have mounted electrical 8 outlet surge suppressor, rated min 3840 Joules/97,000 amps Mount option for pull out keyboard Delivery to St. Paul, MN Bench 4 Designed for a Liquid Chromatograph with Mass Spec detector Dimensions of (DxWxL) 34 x 72 x 33+ Weight capacity in excess of 1000 lbs Work surface made of chemically resistant material, frames of steel Fully moveable solidly built casters lockable Integrated noise reduction for vacuum pump that incorporates powered fans (110V) for air circulation Dampening system to isolate pump vibrations with drip and tipping pan audible/visual overheat temperature alarm Have platform area for a N2 generator 3 drawers Pull out work area Have cable management on rear of bench Have mounted electrical 8 outlet surge suppressor, rated min 3840 Joules/97,000 amps Delivery to St. Paul, MN Bench 5 Designed for a High-Pressure Liquid Chromatograph system Dimensions of (DxWxL) 30in x 60in in x 33+in Weight capacity in excess of 1000 lbs Work surface made of chemically resistant material, frames of steel Fully moveable solidly built casters lockable Have 3 drawers or 2x3 narrow drawers with a shelf for waste container Have shelf area for waste container with pull out tray Pull out work area Have cable management to rear Have mounted electrical 8 outlet surge suppressor, rated min 3840 Joules/97,000 amps Delivery to St. Paul, MN The five (5) analytical equipment benches should have all specified options installed with very little to no assembly required by end user. Evaluation Factors:� Lowest price, technically acceptable. The government intends to award a firm-fixed price award based on the lowest price technically acceptable product. The lowest priced product will be evaluated first; if not found acceptable, the next lowest priced product will be evaluated, and so on until an acceptable product is identified. The government will not review higher priced products if the lowest priced product is determined to be technically acceptable. For a vendor�s products to be considered technically acceptable, they must meet all of the technical requirements identified in the solicitation. Key Deliverables: Bench designed for a Gas Chromatograph and Mass Selective Detector. Bench designed for a Gas Chromatograph (A). Bench designed for a Gas Chromatograph (B). Bench designed for a Liquid Chromatograph with Mass Spec detector. Bench designed for a High-Pressure Liquid Chromatograph system. Delivery Delivery:� Delivery is to be made to USDA-ARS PSRU located at 1991 Upper Buford Circle, St. Paul, MN 55108 (loading dock ground floor access) within 60 days after receipt of order. The vendor shall provide all items F.O.B: destination. Location of the Government site is aboard USDA-ARS St. Paul, MN and will be identified in the contract. The Government anticipates award of a Firm Fixed Price contract. Capability Statement: Companies who have the experience, as well as an interest in doing business with ARS, should submit a Capabilities Statement which, for this notice, is not expected to be a proposal, but rather short statements regarding the company�s ability to demonstrate their expertise and experience in relation to the areas specified in this notice. Companies should also indicate whether they are a Small Business, SBA-certified HUBZone, SBA-certified 8(a), SDVOSB, or Women-Owned Small Business. To be eligible, all vendors must be registered in the System for Award Management (SAM) with a current and active registration. A DUNS (Dun and Bradstreet) number is required in order to register in SAM. A vendor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS.�Vendor must include their DUNS# on their capability statements. Finally, to be eligible, all vendors must be NDAA 889 Certified. If they do not currently have a NDAA 889 Certification, then they must complete the attached NDAA 889 Certification form and submit it to aaron.dimeo@usda.gov so that they can be added to the list of NDAA 889 Certified vendors. Submitting a Capability Statements: Responses should be submitted via email to aaron.dimeo@usda.gov by Monday, September 13, 2021 at 5:00 p.m. CST. Telephone inquiries will not be accepted. Disclaimer: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate.�Respondents are also advised that under no obligation to acknowledge receipt of information or provide feedback about any of the information received.� After review of the responses received, the Government may issue a pre-solicitation synopsis and solicitation. No proprietary, sensitive, confidential or classified information shall be included with your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/35d73a45b1db40b08f5d28d5a8aba346/view)
- Place of Performance
- Address: Saint Paul, MN 55108, USA
- Zip Code: 55108
- Country: USA
- Zip Code: 55108
- Record
- SN06126311-F 20210910/210908230135 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |