Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 11, 2014 FBO #4582
MODIFICATION

66 -- Battery Operated Portable Photosynthesis System

Notice Date
6/9/2014
 
Notice Type
Modification/Amendment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Agricultural Research Service - Eastern Business Service Center
 
ZIP Code
00000
 
Solicitation Number
689423
 
Archive Date
7/12/2014
 
Point of Contact
John C. Wilkinson, Phone: 301-504-1731, Lori A. Faber, Phone: 3096816610
 
E-Mail Address
john.wilkinson@ars.usda.gov, lori.faber@ars.usda.gov
(john.wilkinson@ars.usda.gov, lori.faber@ars.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This Modification Number 1 is to (edit/update/correct) the entire description of this original Combined Synopsis/Solicitation requirement - to be edited exactly as follows: ______________________________________________________________________ This is a 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; quotes are being requested and a written solicitation will not be used. Solicitation number 689423 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-74. This solicitation will be a 100 percent total small business set-aside. The associated NAICS code is 334516 with a small business size standard of 500 employees. U.S. Department of Agriculture, Agriculture Research Service in Beltsville, Maryland requires a "Battery Operated Portable Photosynthesis System" with the following Minimum requirements: •1. Key Critical minimum requirements are as follows: Shall provide Leaf temperature control from 10 degree Celsius to 15 degrees Celsius above ambient air temperature, and CO2 and H20 analysis by non-dispersive infrared analysis. •2. Total weight, including console and leaf chamber, shall be less than 5.5 kg. •3. Shall provide Battery life of six hours of continuous operation. •4. Shall provide unlimited data storage. •5. Shall provide Programmable light supply to the leaf chamber to a maximum of 2500 micromoles per m2 per second. •6. Shall provide programmable control of C02, light, temperature and humidity in the leaf chamber. •7. Shall provide multiple windows in the leaf chamber, with openings from 1.75 cm to 4.5 cm2. •8. Shall provide infrared measurement of leaf temperature. The Contractor shall provide all items F.O.B. destination. Location of the Government site is: Building 001, Room. 342, Barc-West, 10300 Ave. Beltsville, Maryland 20705. The Government anticipates award of a Firm-Fixed Price contract. Quoters responding to this announcement shall submit their quote in accordance with FAR 52.212-1. Submission of quote shall include the following: (1) Technical Specifications/technical support and (2) Price (to include shipping charges). Delivery is required 60 days after receipt of award. The basis for award is Lowest Price Technically Acceptable (LPTA). "LPTA" means the expected outcome of the acquisition that, results from selection of the technically accepted proposal with the lowest evaluated price. Pursuant to FAR 52.212- the criteria for evaluation are: (1)Technical Specifications/technical support, (2) price. INSPECTION AND ACCEPTANT TERMS: Supplies will be inspected by Contracting Officers Representative (COR) and accepted at Destination. T his procurement will be awarded to the vendor that quotes the lowest total price including delivery that meets all of the above minimum requirements. The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition: FAR 52.204-7 System for Award Management, AGAR 452.204-70 Inquires; 52.209-6 Protecting the Governments interests when Subcontracting with Contractors Debarred, Suspended, or Proposes for Debarment; FAR 52 211-6 Brand Name or Equal; AGAR 452.211-71 Equal Products Offered; FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation-Commercial Items (filled in as follows: Technical specifications/support and price); FAR 52.214-4 Contract Terms and conditions-Commercial items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; FARS 52.219-6 Notice of Total Small Business Set-aside; AGAR452.219-70 Size Standard and NAICS Code Information; FAR 52.233-3 Convict Labor: FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies: FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity Employment; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging while Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-25 Prohibitions on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Reps and Certs; FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract, FAR 52.252-1; Solicitations Provisions incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference. Any firm that believes it can provide the above listed minimum requirements may submit substantiating documentation in writing to the identified point of contact below not later than COB June 27, 2014. The successful company must mandatorily be registered in the SAM Web Site: www.sam.gov ( NO EXCEPTIONS) Dun and Bradstreet number is required to register. All invoices shall be submitted electronically. C ontractors may call the SAM help desk at 1-866-606-8220. Oral Solicitations are not acceptable in response to this notice. The Point of Contact for this action is Mr. John Wilkinson and he may be reached at john.wilkinson@ars.usda.gov. Anticipated award date is June 30, 2014.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d2ee9ff954c0d63a137b68286b0b1de5)
 
Place of Performance
Address: USDA,ARS,CSGCL, 10300 Baltimore Ave., Building 342, Room 001, Barc-West, Beltsville, Maryland, 20705, United States
Zip Code: 20705
 
Record
SN03389651-W 20140611/140609234828-d2ee9ff954c0d63a137b68286b0b1de5 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.