SOLICITATION NOTICE
36 -- Recirculating Drum Filters
- Notice Date
- 3/25/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423830
— Industrial Machinery and Equipment Merchant Wholesalers
- Contracting Office
- Department of Agriculture, Agricultural Research Service, North Atlantic Area, Kearneysville, WV, 2217 WILTSHIRE ROAD, KEARNEYSVILLE, West Virginia, 25430, United States
- ZIP Code
- 25430
- Solicitation Number
- AG349BS100215
- Archive Date
- 4/17/2010
- Point of Contact
- TIMOTHY A SMEARMAN, Phone: 304-725-3451 EXT 341
- E-Mail Address
-
tim.smearman@ars.usda.gov
(tim.smearman@ars.usda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a Competitive Small Business Set Aside combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Solicitation number AG349BS100215 is being issued as a request for quotation. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-39. This requirement is a Small Business Set Aside for NAICS 423830. Offerors are responsible for following and complying with this entire combined synopsis/solicitation. Submission of quotations shall be in accordance with the instructions identified under Item (A.3) Items a through f. SCOPE OF WORK - The USDA requires three (3) Recirculating Drum Filters for use in an aquaculture research environment in accordance with (A.1) Schedule of Items. All items must be furnished and delivered F.O.B. Destination to the USDA, National Center for Cool and Cold Water Aquaculture located in Kearneysville, West Virginia 25430 in accordance with the terms, conditions, and specifications contained in this document. Required delivery date is 90 days after award. Small Businesses with the demonstrated capability and financial capacity to provide these items in accordance with the specified delivery schedule are invited to respond. (A.1) SCHEDULE OF ITEMS - Furnish and deliver three Recirculating Drum Filters: Line Item 01 - Hydrotech HDF501-1P Recirculating Drum Filter or Equal: Maximum 150 Gallons Per Minute, Maximum 25 Milligram per litre (MG/L) Total Suspended Solids (TSS), 60 Micrometer Screen size, Service Water Backwash, Stainless Steel Drum, Gravity Fed Freshwater with 0 parts per thousand (ppt) salinity water entry. Quantity Required = 2. Line Item 02 - Hydrotech HDF801-1P Recirculating Drum Filter or Equal: Maximum 300 Gallons Per Minute (GPM), Maximum 25 Milligram per litre (MG/L) Total Suspended Solids (TSS), 60 Micrometer Screen size, Service Water Backwash, Stainless Steel Drum, Gravity Fed Freshwater with 0 parts per thousand (ppt) salinity water entry. Quantity Required = 1. (A.2) SHIPMENT - Shipment shall be FOB Destination and shall be delivered between the hours of 8:00 a.m. to 4:00 p.m., Monday through Friday, to USDA-AFRS-NCCCWA, 11861 Leetown Road, Kearneysville, WV 25430. (A.3) *** INSTRUCTIONS FOR SUBMISSION OF QUOTATION *** QUOTATIONS MUST BE SUBMITTED IN WRITING TO THE ATTENTION OF: Timothy Smearman, USDA, AFRS, Administration Office, 2217 Wiltshire Road, Kearneysville, WV 25430. Quotations SHALL BE RECEIVED PRIOR TO:4:00 P.M. (EST) April 2, 1010 and must include all of the following specified under (a) through (f): NOTICE: QUOTATIONS SENT BY FAXSIMILE OR ELECTRONIC MAIL (E-MAIL) ARE NOT ACCEPTABLE, WILL BE CONSIDERED NON-RESPONSIVE, AND WILL BE REJECTED. (a) Submit Quotation for all Line Items specified under (A.1) Schedule of Items to include quantity proposed and total dollar amount per line item. The cost proposed must include all charges associated with delivery of the proposed line items, FOB Destination, Kearneysville, WV 25430. (b) Submit Descriptive Literature of product(s) proposed. (c) Submit Two Past Performance References with contact information for two recent contracts (within past three years) of contracts similar to the scope of this requirement. (d) Submit Statement certifying that offeror has completed of registration in the Central Contractors Database in accordance with FAR 52.204-7 Central Contractor Registration. By submission of a quote, the offeror acknowledges the requirement that the prospective awardee shall be registered in the CCR database (http://www.ccr.gov) prior to award, during performance, and through final payment of any contract resulting from this solicitation. (e) Submit Statement certifying completion of the annual representations and certifications electronically via the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. By submission of a quote, the offeror acknowledges that the representations and certifications currently posted electronically are current, accurate, complete, and applicable to the NAICS 423830 as of the date of this offer. Reference FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. (f) Submit Statement indicating acceptance or non-acceptance of payment by Government Visa Credit Card. (A.4) The following FAR provisions and clauses apply to this acquisition and are available in full text at: http://www.arnet.gov 52.204-7 Central Contractor Registration; 52.211-6 Brand Name or Equal 52.212-1 Instructions to Offerors - Commercial Items; 52.212-3 Offeror Representations and Certifications - Commercial Items; 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 including subparagraphs: (1) 52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government; (8) 52.219-6, Notice of Total Small Business Set-Aside; (18) 52.219-28, Post Award Small Business Program Rerepresentation; (19) 52.222-3, Convict Labor; (20) 52.222-19, Child Labor-Cooperation with Authorities and Remedies; (21) 52.222-21, Prohibition of Segregated Facilities; (22) 52.222-26, Equal Opportunity; (23) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (24) 52.222-36, Affirmative Action for Workers with Disabilities; (25) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (33) 52.225-13 -- Restrictions on Certain Foreign Purchases; (38) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; (40) 52.232-36 Payment by Third Party; 52.214-34 Submission of Offers in the English Language; 52.214-35 Submission of Offers in U.S. Currency; 52.225-8 Duty-Free Entry; 52.227-3 Patent Indemnity; 52.242-17 Government Delay of Work; 52.247-15 Contractor Responsibility for loading and unloading; 52.247.21 Contractor Liability for Personal Injury and/or Property Damage; 52.247-34 F.o.b. Destination. (A.5) EVALUATION CRITERIA - - The Government contemplates award of one order resulting from this solicitation to the responsible offeror whose offer represents the best value to the Government, price and other factors considered. (A.6) ADDITIONAL INFORMATION - - Questions by Interested Parties shall be submitted by electronic mail or facsimile to the attention of: Contracting Officer – Solicitation number AG349BS100215 to: Electronic mail: tim.smearman@ars.usda.gov or facsimile: 304-728-7182.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/NAA-AFRS/AG349BS100215/listing.html)
- Place of Performance
- Address: 11861 Leetown Road, Kearneysville, West Virginia, 25430, United States
- Zip Code: 25430
- Zip Code: 25430
- Record
- SN02103340-W 20100327/100325235712-94b926904cb70fa9f48d2026f5cc8e87 (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 |