Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 13, 2022 SAM #7408
SOLICITATION NOTICE

J -- Annual PM Service for Incinerators- Athens, GA

Notice Date
3/11/2022 10:40:59 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
USDA ARS SEA AAO ACQ/PER PROP STONEVILLE MS 38776 USA
 
ZIP Code
38776
 
Solicitation Number
12405B22Q0053
 
Response Due
3/25/2022 12:00:00 PM
 
Archive Date
04/09/2022
 
Point of Contact
Jessica P. Pacheco, Phone: 6626865414
 
E-Mail Address
jessica.pacheco@usda.gov
(jessica.pacheco@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
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; quotes are being requested, and a written solicitation will not be issued. The solicitation number is 12405B22Q0053 and is issued as a request for quotation (RFQ). The NAICS code is 811219 - Other Electronic and Precision Equipment Repair and Maintenance. This solicitation document incorporates those provision and clauses in effect through Federal Acquisition Circular 2022-04.� The USDA, ARS, USNPRC, at 934 College Station Road, Athens, GA 30605 has a requirement for annual incinerator preventative maintenance and repair on five individual incinerator units. Calibrate temperature controllers to within +/- 2 deg. of reference. F.P.A. Mod. motor & linkage(s). Re-calibrate and set linkage as required. Upper & Lower Burner Mod. motor & linkage. Re-calibrate and set linkage(s) as required. Observe burner operation and make gas/air ratio adjustments as required. Check operation of all burner(s) for proper sequencing, pilot, main flame, pre & post purging, alarms. Check and tune all P.I.D. loops as required. Feeder. Check for proper operation. Adjust timers, limit switches as required. Inspect electrical enclosure and all electrical components to ensure proper operation. Take amperage readings of all motors to confirm proper motor operation. Inspect Hydraulic system, hoses, valves, cylinders and oil quality. Make repair recommendations as required. Perform mechanical overview of system. Make minor adjustments and repairs as required. Lubricate hinges, motors, bearings as required. Generate service report for each visit that includes report of items repaired, modified and calibrated and recommended actions for mechanical, electrical and hydraulic sub-systems. Inspect refractory and make recommendations as required. Inspect burners, ignition system, valves, etc.? Annual visits as required for revised permitting (ESD & EPD) Limited software modifications to PLC system for enhanced operation if applicable. Clean electrical enclosure, fan filters, contactors, switches, relays etc. as required. Prepare & Submit Inspection Reports w/Images Phone Support Any quotes not meeting the minimum specifications will not be considered.� If a site visit is required, please contact Teddy Laguins, at teddy.laguins@usda.gov or 706-546-3722. DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award Offerors shall provide 1) a Quote on company letterhead detailing the item description, unit price per item, discounts for trade-ins, total price and valid for at least 60 days after receipt of quote; and 2) FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATION-COMMERCIAL ITEMS; The Representation and Certification section must be completed electronically in the System for Award Management (SAM) website at www.sam.gov. REJECTION OF QUOTATION: Failure to demonstrate compliance will be caused to reject the quote without further discussions. All responsible sources may submit an offer and will be considered. The following clauses and provisions apply to this acquisition. 52.252-2 Clauses Incorporated by Reference; 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS; 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS applies,; 52.222-3, Convict Labor; 52.233-3, Protest after award; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts; 52.223-15 Energy Efficiency in Energy-Consuming Products; 52.223-17 Affirmative Procurement of EPA-designated Items in Service and Construction Contracts; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - System for Award Management; applicable to this acquisition; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS; 52.223-1 Biobased Product Certification; 52.223-4 Recovered Materials Certification; 52.212-2 Evaluation-Commercial Items ; 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS; 52.217-8 Option to Extend Services. QUOTED PRICE MUST INCLUDE: any delivery costs as well as any applicable duties, brokerage, or customs fees.� DELIVERY DUE DATE: The Government requires delivery on or before 30 ARO, however, each offeror shall include their proposed delivery schedule as part of their quotation. 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.� Contractors intending to conduct business with the Federal Government MUST register with the System for Award Management (SAM) database prior to submitting quotation. You may register online at www.sam.gov. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.sam.gov.� 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 low price, technically acceptable. The government anticipates award of a firm fixed priced 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 offeror�s 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 2:00 p.m. central standard time, March 25, 2022. Quotations are to be addressed to Jessica Pacheco, Contract Specialist, at jessica.pacheco@usda.gov. Additional information may be obtained by contacting the Contract Specialist by email. Questions regarding this solicitation will not be answered after 2:00 p.m. central standard time, March 21, 2022.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/978c147e6b184985ab30ec6b17701bb9/view)
 
Place of Performance
Address: Athens, GA 30605, USA
Zip Code: 30605
Country: USA
 
Record
SN06264575-F 20220313/220311230103 (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 |
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.