SOLICITATION NOTICE
66 -- Automatic Inline Capping Machine - Attachment A - Pictures
- Notice Date
- 7/12/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333993
— Packaging Machinery Manufacturing
- Contracting Office
- Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Realty, 100 North 6th Street, Butler Square, 6th Floor, Minneapolis, Minnesota, 55403
- ZIP Code
- 55403
- Solicitation Number
- AG-6395-S-12-0102
- Archive Date
- 8/15/2012
- Point of Contact
- Jennifer, Phone: 612-336-3646
- E-Mail Address
-
jennifer.l.rammer@aphis.usda.gov
(jennifer.l.rammer@aphis.usda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Example photos of tubes and bottles. Combined Synopsis/Solicitation for Automatic Inline Capping Machine AG-6395-S-12-0102 (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13, as applicable, and as supplemented with additional information included in this notice. Simplified acquisition procedures will be followed. (ii) This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. (iii) This combined synopsis/solicitation will result in a firm fixed price commercial supply purchase order. (iv) This requirement is a small business set aside. The NAICS Code is 333993. The small business size standard is 500 employees or less. (v) This requirement is for The United States Department of Agriculture (USDA), Animal and Plant Health Inspection Service (APHIS), Veterinary Services (VS), facility in Ames, IA which has a requirement for an automatic inline capping machine. (vi) REQUIREMENT AND QUANTITIES: Contractor is to provide one automatic inline capping machine in accordance with the specifications listed below in section (x). The pricing for this line item shall include ALL COSTS FOR THE ITEM AND IT'S COMPONENTS AND INSTALLATION at the USDA, APHIS facility. vii) Shipping will be FOB destination; therefore, shipping of all items must be included in the price for the line item. (viii) The selected contractor must be able to deliver the requested equipment on or before November 1, 2012. Deliverables and acceptance of the deliverables for the equipment will be FOB destination USDA, APHIS, VS, NVSL, 1920 Dayton Avenue, Ames, IA 50010. (ix) The period of performance of the purchase order shall be from date of award through acceptance and receipt of the delivered item. (x) SPECIFICATIONS: The automatic inline capping machine will be used to sort, apply and tighten screw-caps on various sized tubes and bottles in the vertical/upright position for microbiological media production in a lab setting and must meet the following technical specifications in order to be technically acceptable and meet the USDA's requirements: • Stainless Steel Frame (Type 304 SS or better) • Stainless Steel hopper/elevator/sorter to orient caps • Adjustable chutes to accommodate different cap sizes • Variable speed motor • Variable torque adjustment • Conveyer bed with variable speed drive and adjustable container hugger belts • Adjustable stainless steel guide rails that do not require tools for adjustment • Spring loaded adjustable cap tightening wheels - ability to start caps/finish tightening • Ability to sort, apply, and tighten a variety of screw-cap containers, including the following tubes/bottles in the vertical/upright position(see attachment A for example photos): o 13x100 mm glass test tube with phenolic caps o 16x125 mm glass test tube with phenolic caps o 20x125 mm glass test tube with phenolic caps o 60 ml glass antigen bottle o 60 ml PET bottle o 125 ml PET bottle o 120 ml plastic container (specimen-type cup) • Carrier pucks for each size of tube/bottle above; multiple inline openings per puck • Production capacity up to 750 tubes per hour • Floor space maximum 4' deep x 6-8' long • 120 VAC, 20 amps maximum • 1 year standard warranty • Training and technical support provided by manufacturer • Installation and assembly by manufacturer (xi) The provisions and clauses incorporated into this solicitation document are incorporated by reference and are those in effect at the time of publication. 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) provisions and clauses can be accessed on the Internet at http://www.acquisition.gov/far/index.html; (xii) The provision 52.212-1 Instructions to Offerors - Commercial applies to this solicitation. (xiii) The provision 52.212-3 Offeror Representations and Certifications - Commercial Items applies to this solicitation. The contractor shall either complete the on-line Offeror Representations and Certifications or return a completed copy of the Offeror Representations and Certifications with their quotation. The Online Reps and Certs Application Representations and Certifications Application (ORCA) can be found at http://www.bpn.gov., or a hard copy of the provision may be attained from https://www.acquisition.gov/far/ (xiv) The clause 52.212-4 Contract Terms and Conditions - Commercial Items applies to this acquisition. (xv) The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Commercial Items, applies to this acquisition. The following FAR clauses identified in FAR 52.212-5 are considered checked and are applicable to this acquisition: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations, 52.219-6 Notice of Total Small Business Set Aside; 52.219-28-Small Business Program Representation; 52.222-3-Convict Labor; 52.222-19-Child Labor-Cooperation with Authorities and Remedies; 52.222-21-Prohibition of Segregated Facilities; 52.222-26-Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities, 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving, 52.225-1 Buy American Act - Supplies, 52.225-13-Restrictions on Certain Foreign Purchases; 52.232-33-Payment by Electronic Funds Transfer -Central Contractor Registration. To be awarded this contract, the Offeror must be registered in the CCR. CCR information may be found at https://www.bpn.gov/ccr/; (xvi) EVALUATION OF OFFERS: 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. In this acquisition, the Government will obtain best value by using the Lowest Priced Technically Acceptable source selection approach. Award will be made to the lowest price technically acceptable responsible Offeror whose quote conforms to the specifications listed in this Request for Quote/solicitation. The automatic inline capping machine will be evaluated for technical capability as described in the Technical Specifications above. (xvii) Quotations are due to the United States Department of Agriculture, Minneapolis Contracting Office, 100 North Sixth Street, Butler Square, 5th Floor, Minneapolis, MN 55403 by 03:30 PM Central Time, July 31, 2012. Please reference the quote number on your documents. Quotes may be submitted via email, postal mail or by facsimile. (xviii) The assigned Contracting Specialist is Mrs. Jennifer Rammer. Mrs. Rammer may be reached at (612) 336-3646 or by fax at (612) 336-3550 or by email at Jennifer.L.Rammer@aphis.usda.gov. (xix) As a minimum, Offeror's must submit the following to the Contract Specialist to be considered responsive and have a complete quote: A COMPLETE QUOTE WILL CONSIST OF THE FOLLOWING: 1) Price for the line item which includes all costs for providing the required equipment and its components. All overhead and ancillary costs associated with the equipment and components will be assumed by the Contractor, and should be factored into the quote. This quote shall include all shipping costs to the FOB destination. 2) Signature of the Offeror on the page which lists the price. 3) Literature of your products and a detailed narrative addressing how your company's products meet the technical specification requirements in (x) above. 4) A completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items OR confirmation that this has been completed on-line. 5) The documentation required in clause 52.225-2 Buy American Act Certificate. (xx) Quotes should be of sufficient detail to determine their adequacy. If an Offeror's 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
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/REALTY/AG-6395-S-12-0102/listing.html)
- Place of Performance
- Address: USDA, APHIS, VS, NVSL, 1920 Dayton Avenue, Ames, Iowa, 50010, United States
- Zip Code: 50010
- Zip Code: 50010
- Record
- SN02800881-W 20120714/120712235215-8380f5e77256a7debd3fcb5b4186b3c1 (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 |