SOLICITATION NOTICE
66 -- WALK IN BIOLOGICAL CHAMBER
- Notice Date
- 7/7/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334512
— Automatic Environmental Control Manufacturing for Residential, Commercial, and Appliance Use
- Contracting Office
- Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Purchasing, 100 North 6TH Street, Butler Square, 5TH Floor, Minneapolis, Minnesota, 55403
- ZIP Code
- 55403
- Solicitation Number
- 08_190590
- Archive Date
- 7/30/2008
- Point of Contact
- Joanne R Mann,, Phone: 612-336-3224
- E-Mail Address
-
Joanne.Mann@usda.gov
- Small Business Set-Aside
- Total Small Business
- Description
- i. This is a combined synopsis/solicitation for commercial supplies prepared in accordance with Federal Acquisition (FAR) 12.6, and supplemental information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. This combined synopsis/solicitation will result in a firm fixed price commercial supplies contract. ii. Simplified procurement procedures will be used for this acquisition per Federal Acquisition Regulation (FAR) Part 13. This requirement is one hundred percent set aside for small business. The NAICS code is 334512. The small business size standard is 500 employees, or less. iii. This requirement is for the United States Department of Agriculture (USDA), Animal Plant Health Inspection Service (APHIS), Plant Protection and Quarantine (PPQ), 5936 Ford Court, Brighton, Michigan. iv. The solicitation number for this effort is 08-190590 and this combined synopsis/solicitation is issued as a request for quotation (RFQ.) v. The provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) may be accessed on the Internet at http://farsite.hill.af.mil/ vi. REQUIREMENTS AND QUANTITIES: This requirement consists of two line items: CLIN 01- Quantity of five (5) Walk-in biological containers. INTERIOR DIMENSIONS – 9 feet BY 9 feet; EXTERIOR DIMENSIONS – 9 feet 8 inches BY 9 feet 8 inches. Programmable microprocessor controller (required); Data logging and graphic/Ethernet connectivity required; Must include condensing unit – located on building roof, above chamber; Must include winterizing package with crankcase heater and weather cover; Four (4) 120 volt VAC outlets – located inside of each unit; Atomizing humidifiers preferred; Must include Entomological package – filtered air inlet/exhaust, heresite corrosion resistant coated coils; Temperature range/Humidity Control: 20C to 26C/40 to 80%RH; Temperature monitoring alarm required – must include auditory alarming system if/when chamber temperature is outside conditions suitable to insect reading. CLIN 002 – Installation and delivery: Contractor shall supply or arrange for inside delivery, including installation and functionality testing. Desired delivery date is 90 days or less after contact award. Offerors may propose alternate delivery schedule, but precedence will be given to the offer that meets or beats the 90 day delivery schedule (see evaluation criteria.) In addition, FAR clause 52.211-11 establishing liquidated damages at $200 per calendar day is part of this solicitation and will be included in the contract award. (See clause in entirety below.) The contractor shall supply the quantity of line items listed above, and in accordance with the technical specifications outlined in this combined synopsis/solicitation. vii. In accordance with FAR 52.216-27, this request for quote may result in multiple contract awards and in any combination of line items. The Government reserves the right to award any combination of line items and may award multiple line items to the same offeror, and will make award decisions based on the most advantageous offer to the Government. viii. The offerors price must include shipping to the FOB destination ix. The provision at 52.212-1 Instructions to Offerors-commercial applies to this solicitation x. The provision 52.212-2 Evaluation-Commercial Items apples to this solicitation; Award will be made to the responsible offeror whose offer conforming to this combined synopsis/solicitation will be most advantageous to the Government, price and other factors considered. A trade off process will be used to evaluate quotes. The Government intends to evaluate offers and award without discussion, however, the Government reserves the right to conduct discussions later if determined necessary by the Contracting Officer. The following factors shall be used to evaluate offers: Technical capability; Delivery Time; Past performance, send list of references with quote; and Price. Delivery time, technical and past performance, when combined are more important than price. Past performance is a measure of the degree to which an offeror has satisfied customers in the past, and complied with federal, state, and local laws and regulations. The assessment will consider the firms record of conforming to specifications and to standards of good workmanship, customer service, and adherence to contract schedules, terms and conditions. In accordance with FAR 52.212-1 (b) (10) regarding past performance, references are requested. Each offeror must submit three references which are either current or recent customers. xi. The provisions 52.212-3 Offeror Representations and Certifications-Commercial Items applies to this solicitation. The contractor shall either complete the online Offeror Representations and Certifications at www.bpn.gov or return a completed copy of the Offer Representations and Certifications with their quotation. A hard copy of the provision may be attained from http://www.arnet.gov/far xii. The clause at 52.212-4 Contract Terms and Conditions-Commercial Items applies to this acquisition. xiii. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders are considered checked and are applicable to this acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government, Alternate I; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-8 Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.2222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.22-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-1 Buy American Act-Supplies; 52.225-13 Restrictions on Certain Foreign Purchases ; 52.323-33 Payment by Electronic Funds Transfer Central Contractor Registration (CCR) 52.211-11 Liquidated Damages—Supplies, Services, or Research and Development. (Sept 2000) (a) If the Contractor fails to deliver the supplies or perform the services within the time specified in this contract, the Contractor shall, in place of actual damages, pay to the Government liquidated damages of $ 200 per calendar day of delay. (b) If the Government terminates this contract in whole or in part under the Default—Fixed-Price Supply and Service clause, the Contractor is liable for liquidated damages accruing until the Government reasonably obtains delivery or performance of similar supplies or services. These liquidated damages are in addition to excess costs of repurchase under the Termination clause. (c) The Contractor will not be charged with liquidated damages when the delay in delivery or performance is beyond the control and without the fault or negligence of the Contractor as defined in the Default—Fixed-Price Supply and Service clause in this contract. (End of clause) xiv. To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov xv. QUOTATIONS ARE DUE the United States Department of Agriculture, Minneapolis Contracting Officer, 100 North 6th Street, Butler Square 5th Floor, Minneapolis, Minnesota 55403 by 1:00 PM CST, JULY 15, 2008. Quotes may be sent via e-mail to Joanne.Mann@aphis.usda.gov, by fax to 612 370 2136 or via mail to the above address. xvi. The point of contact for this synopsis solicitation is Joanne Mann who may be reached at Joanne.Mann@aphis.usda.gov, or by phone at 612 336 3224. xvii. A COMPLETE QUOTE WILL CONSIST OF THE FOLLOWING: 1) Price for each line item, CLIN 001, which provides the cost break down and price per unit; CLIN 002 – delivery and installation. 2) Signature of the offeror on the page which lists the price. 3) A detailed narrative address how the walk-in biological chamber meets the requirements/specifications outlined in this combined synopsis/solicitation. Quotes should be of sufficient detail to determine their adequacy. 4) References as requested above 5) A completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items OR confirmation that this has been completed online. If an offerors quote does not contain all of the items listed above, the quote may be considered incomplete for evaluation purposes and no further consideration will be given to the offerors quote, thereby making an offeror ineligible for award.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7dcbb5e42990bb93e27df25ae73f842c&tab=core&_cview=1)
- Place of Performance
- Address: 5936 Ford Court, Brighton, Michigan, 48116, United States
- Zip Code: 48116
- Zip Code: 48116
- Record
- SN01608299-W 20080709/080707215851-7dcbb5e42990bb93e27df25ae73f842c (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 |