SOLICITATION NOTICE
44 -- Natural Gas Dryer Burner Units - Attachments
- Notice Date
- 3/4/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333414
— Heating Equipment (except Warm Air Furnaces) Manufacturing
- Contracting Office
- Department of Agriculture, Agricultural Research Service, Midwest Area, National Animal Disease Center, 2300 Dayton Avenue, Ames, Iowa, 50010, United States
- ZIP Code
- 50010
- Solicitation Number
- AG-6125-S-13-0021
- Archive Date
- 4/9/2013
- Point of Contact
- Matthew Treska, Phone: 5153377415
- E-Mail Address
-
matthew.treska@ars.usda.gov
(matthew.treska@ars.usda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Existing Units Picture #3 Existing Units Picture #2 Existing Units Picture #1 Commercial Clauses 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. Solicitation No. AG-6125-S-13-0021 is being issued as a Request for Quotes (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66, effective February 28, 2013. The NAICS code applicable to this acquisition is 333414. For a company to qualify as a small business, they must not exceed the size standard of 500 employees. The USDA, ARS, Plant Introduction station has a requirement for a contractor to remove and dispose of two existing gas dryer burner units (and their control boxes) and install two new gas dryer burner units for double pass reversing plant material/seed driers. NO MODIFICATIONS TO REAL STRUCTURES ARE TO OCCUR; THIS PROJECT IS A ONE-FOR-ONE EXCHANGE. Pictures of the existing units, their connections, and the existing stands are attached to this posting. Existing units are approximately 3' wide x 8' long, their control boxes will need to be disconnected prior to the units' removal, and are fed by a 2" gas main reduced to ¾" natural gas feeds (shut-offs are near gas valves). Potential offerors may send emails to the Primary Point of Contact if further details of the existing units/configuration are required. The awarded vendor is responsible for lawfully disposing the existing units and any residue generated from the installation. Site visits are encouraged, and may be coordinated through the Technical Point of Contact (Larry Lockhart, 515-294-3359). The two new units and their installation must meet the following requirements for offers to be considered: 1) Fans - Direct Drive, 7,200 CFM @ 4", 7.5 HP motor with soft start 208VAC/60Hz/3-Phase, variable speed adjustable drive, controls & operator adjustable burner profile plates. Primed and painted with industrial paint 2) Burner - two-stage 6"x6" direct fired, with automatic staged burner control, spark ignitor, and flame rod. Capable of a 60 degree Fahrenheit temperature rise from ambient, eight point burner grid and mounting kit. 3) Transitions - constructed of 12ga steel, primed and painted with industrial paint to match the blower unit. 4) Safety - Fan air flow safety switch, high limit safety sensor and burner cabinet high limit fuses cutout at 110 degrees Fahrenheit and integrated on burner grid. Equipped with double block valve train and locking manual main gas valve. 5) Starter Panel - Incorporate start-up sequencing and burner flame supervision: on/off power switch, on/off burner switch, combustion air purge timer, pilot interrupt timer, indicator lights, ignition transformer wire, and thermocouple wire. 6) Support Stands - existing supports may be modified or replaced at the vendor's discretion. Must be painted with primer and industrial paint to match the blower unit. 7) Installation must be in compliance with all federal, state, and local county/city laws and be of quality workmanship to withstand weather phenomena typical of Ames, IA. 8) Units must be started and tested to assure the system is ready for use upon project completion. The vendor must train three farm operations personnel on the operation of the new system; informal training is expected to last 30 minutes. Any resulting award from this solicitation will be a Firm, Fixed-Price contract. Offerors must state on submittals their rates incorporate all contingencies potentially encountered in producing a fully functioning drying system suitable for seed and plant material drying. DESCRIPTIVE LITERATURE: Offerors shall submit 2 copies of the descriptive literature (with pictures) describing their proposed product with enough detail to ascertain whether the product meets the criteria listed above. 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, and unit price per item and total price; 2) at least 3 to 5 references. (Government references preferred but will accept commercial references). References shall be provided for the service proposed and if possible include the email address of the person to be contacted; 3) Offerors shall include a completed copy of the provisions FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS, with this offer; a copy of this provision is attached in the Commercial Clauses file ; and 4) a completed copy of AGAR 452.209 - 70, REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION attached with this posting ( pages 6 and 7 of the Commercial Clauses file ). REJECTION OF QUOTATION: Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer which will be considered. NOTE: Guidance in this solicitation for actions within CCR and ORCA are now conducted through the Single Award Management system found at www.sam.gov. Vendors MUST have a record showing "Active" to be considered for award. 52.207-4 Economic Purchase Quantity-Supplies. (AUG 1987) (a) Offerors are invited to state an opinion on whether the quantity(ies) of supplies on which bids, proposals or quotes are requested in this solicitation is (are) economically advantageous to the Government. ________________________________________________ ________________________________________________ ________________________________________________ ________________________________________________ (b) Each offeror who believes that acquisitions in different quantities would be more advantageous is invited to recommend an economic purchase quantity. If different quantities are recommended, a total and a unit price must be quoted for applicable items. An economic purchase quantity is that quantity at which a significant price break occurs. If there are significant price breaks at different quantity points, this information is desired as well. OFFEROR RECOMMENDATIONS Item Quantity Price Quotation Total _____ ________ _______________ _______ _____ ________ _______________ _______ _____ ________ _______________ _______ (c) The information requested in this provision is being solicited to avoid acquisitions in disadvantageous quantities and to assist the Government in developing a data base for future acquisitions of these items. However, the Government reserves the right to amend or cancel the solicitation and resolicit with respect to any individual item in the event quotations received and the Government's requirements indicate that different quantities should be acquired. (End of provision) 52.212-2 Evaluation-Commercial Items. (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical characteristics of items to meet specifications outlined in this posting's attachment. 2. Demonstrated ability to deliver within thirty (30) from award. 3. Past performance as stated by references. 4. Best overall value to the Government. Technical and past performance, when combined, are approximately equal to cost or price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) 52.252-1 Solicitation Provisions Incorporated by Reference. (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/comp/far/index.html. (End of provision) 52.214-34 Submission of Offers in the English Language. (APR 1991) Any resultant award to this solicitation will include the following clauses: 52.209-1 Qualification Requirements. (FEB 1995) (a) Definition. "Qualification requirement," as used in this clause, means a Government requirement for testing or other quality assurance demonstration that must be completed before award. (b) One or more qualification requirements apply to the supplies or services covered by this contract. For those supplies or services requiring qualification, whether the covered product or service is an end item under this contract or simply a component of an end item, the product, manufacturer, or source must have demonstrated that it meets the standards prescribed for qualification before award of this contract. The product, manufacturer, or source must be qualified at the time of award whether or not the name of the product, manufacturer, or source is actually included on a qualified products list, qualified manufacturers list, or qualified bidders list. Offerors should contact the agency activity designated below to obtain all requirements that they or their products or services, or their subcontractors or their products or services, must satisfy to become qualified and to arrange for an opportunity to demonstrate their abilities to meet the standards specified for qualification. (Name) _ Larry Lockhart __ (Address) _ USDA-ARS-Plant Introduction, 1305 State Ave., Ames, IA 50014_515-294-3359 _ (c) If an offeror, manufacturer, source, product or service covered by a qualification requirement has already met the standards specified, the relevant information noted below should be provided. Offeror's Name _____________________________________ Manufacturer's Name______ __________________________ Source's Name _____________________________________ Item Name ________________________________________ Service Identification ________________________________ Test Number _______________________________________ (to the extent known) (d) Even though a product or service subject to a qualification requirement is not itself an end item under this contract, the product, manufacturer, or source must nevertheless be qualified at the time of award of this contract. This is necessary whether the Contractor or a subcontractor will ultimately provide the product or service in question. If, after award, the Contracting Officer discovers that an applicable qualification requirement was not in fact met at the time of award, the Contracting Officer may either terminate this contract for default or allow performance to continue if adequate consideration is offered and the action is determined to be otherwise in the Government's best interests. (e) If an offeror, manufacturer, source, product or service has met the qualification requirement but is not yet on a qualified products list, qualified manufacturers list, or qualified bidders list, the offeror must submit evidence of qualification prior to award of this contract. Unless determined to be in the Government's interest, award of this contract shall not be delayed to permit an offeror to submit evidence of qualification. (f) Any change in location or ownership of the plant where a previously qualified product or service was manufactured or performed requires reevaluation of the qualification. Similarly, any change in location or ownership of a previously qualified manufacturer or source requires reevaluation of the qualification. The reevaluation must be accomplished before the date of award. (End of clause) 52.252-2 Clauses Incorporated by Reference. (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/comp/far/index.html. (End of clause) 52.204-7 Central Contractor Registration. (AUG 2012) 52.204-9 Personal Identity Verification of Contractor Personnel. (JAN 2011) 52.211-5 Material Requirements. (AUG 2000) 52.232-1 Payments. (APR 1984) 52.232-8 Discounts for Prompt Payment. (FEB 2002) 52.232-11 Extras. (APR 1984) 52.232-18 Availability of Funds. (APR 1984) 52.233-1 Disputes. (JULY 2002) Alternate I (DEC 1991) 52.233-3 Protest after Award. (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim. (OCT 2004) 52.242-17 Government Delay of Work. (APR 1984) 52.243-1 Changes-Fixed-Price. (AUG 1987) 52.246-1 Contractor Inspection Requirements. (APR 1984) 52.247-34 F.o.b. Destination. (NOV 1991) 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form). (APR 1984) DELIVERY: FOB Destination. DELIVERY TO: USDA-ARS-Plant Introduction, 1305 State Ave., Ames, IA 50014. Offers must state how soon after award work can start. 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 those documents related to this procurement, if any. Furnish Quotes to Matthew Treska, Purchasing Agent, USDA-ARS-NADC, 1920 Dayton Ave., Building 24, Ames, IA 50010, no later than 8:00am Central Time, April 8th, 2013. Quotes and other requested documents may be provided by email: matthew.treska@ars.usda.gov or facsimile to (515) 337-7243 if desired. Additional information may be obtained by contacting the Purchasing Agent at matthew.treska@ars.usda.gov. No agreements, contractual obligations, or official information relating to this solicitation will be offered by phone.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/NADC/AG-6125-S-13-0021/listing.html)
- Place of Performance
- Address: USDA-ARS-Plant Introduction, 1305 State Ave., Ames, Iowa, 50014, United States
- Zip Code: 50014
- Zip Code: 50014
- Record
- SN03002766-W 20130306/130305114148-14597baed9bd6b53a9f02995a47e5151 (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 |