SOLICITATION NOTICE
36 -- Electric Paddlewheel Aerators
- Notice Date
- 2/4/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 112519
— Other Aquaculture
- Contracting Office
- Department of Agriculture, Agricultural Research Service, Southern Plains Area Office, 1001 Holleman Drive East, College Station, Texas, 77840
- ZIP Code
- 77840
- Solicitation Number
- AG-7MN1-S-09-0004
- Archive Date
- 3/13/2009
- Point of Contact
- Michael A. Douglas, Phone: (979) 260-9480
- E-Mail Address
-
michael.douglas@ars.usda.gov
- Small Business Set-Aside
- N/A
- 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is AG-7MN1-S-09-0004 and is issued as a request for quotation (RFQ). The NAICS is 112519, business size is $0.75 million. This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2005-29. The USDA, Agricultural Research Service, Stuttgart National Aquaculture Research Center, Stuttgart, Arkansas has a need for eighteen (18) electric paddlewheel aerators with the following minimum specifications. 1) Totally enclosed, continuous duty (TEFC) 1.5 hp electric motor, 208 V, 3-phase, with ‘C’ face. 2) Double reduction in-line gear box (18:1 gear ratio), with ‘C’ face. 3) Water lubricated bearings. 4) 75 feet of 12/4 direct barrel (tray) cable installed. 5) Waterproof strain relief coupling installed. 6) Water tight twist lock male plug (L20-15P) for 208 V 3-phase service installed. 7) Aerator frame and paddles must be constructed from ½” thick UV-stabilized marine grade high density polyethylene. 8) Closed cell foam floatation enclosed within frame. 9) Maximum linear dimensions of frame: 5 feet long, 3 feet wide. 10) Aerator tie-off points installed on each corner of frame. 11) Aerator paddles mounted on stainless steel shaft. 12) Aerator paddles arrayed in a compact spiral design. 13) Standard oxygen transfer rate (SOTR) must exceed 4.4 lb oxygen/hp«hour. 14) Aerator must mimic in form and function aerators used on commercial aquaculture farms in the U.S. These aerators will be deployed in small earthen ponds (0.25-1.0 acre water surface area) used for warm water aquacultural research. Aerators will be operated to maintain or increase dissolved oxygen concentration in the pond water. Aerators will be operated for variable time periods ranging from prolonged periods of time (greater than 10 hours) to continuous operation. Price to include delivery to the USDA, ARS, SNARC, 2955 Hwy 130 East, Stuttgart, Arkansas 72160. The Government REQUIRES delivery within 60 after award however each offeror shall include their proposed delivery schedule as part of their quotation. Acceptance and FOB point are destination. In order to be considered for award offerors shall provide a quotation on company letterhead and include with the bid schedule detailing the unit pricing and references for the proposed item. References must have received the proposed item within the last three calendar years (Government references preferred but will accept commercial references) shall also be provided for the item quoted. The following clauses and provisions apply to this acquisition. 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 applies, with the following clauses from (a) 52.222-3, Convict Labor; 52.233, Protest after award, and (b) FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33,Payment by Electronic Funds Transfer - Central Contractor Registration; applicable to this acquisition; FAR 52.207-5 Option to purchase equipment; FAR 52.217-9 Option to Extend the Term of the Contract: FAR 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE; FAR 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS. Offerors shall include a completed copy of the provision at FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS, with this offer; a copy of this provision may be obtained at http://acquisition.gov/far/index.html. 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 these documents (if any). It is the offerors responsibility to monitor the site for release of the solicitation and any related documents. Furnish quotations to Michael Douglas, Contracting Officer, no later than COB 3:30p.m., February 26, 2009. Quotations must be received in writing via facsimile, Email or mail to the contacts listed above.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=483c8c7dd831b3a538bb93bc2a1f54ac&tab=core&_cview=1)
- Place of Performance
- Address: 2955 Hwy 130 East, Stuttgart, Arkansas, 72160, United States
- Zip Code: 72160
- Zip Code: 72160
- Record
- SN01744257-W 20090206/090204221730-483c8c7dd831b3a538bb93bc2a1f54ac (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 |