Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 16, 2014 FBO #4648
SOLICITATION NOTICE

66 -- Continuous Culture Fermentation Systems

Notice Date
8/14/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Agricultural Research Service - North Atlantic Area
 
ZIP Code
00000
 
Solicitation Number
AG-2415-S-14-0008
 
Archive Date
8/29/2014
 
Point of Contact
KAREN GARDNER, Phone: 814-863-0928
 
E-Mail Address
karen.gardner@ars.usda.gov
(karen.gardner@ars.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
All quotes and revisions shall be submitted to Karen Gardner via email at Karen.Gardner@ars.usda.gov. Quotes and all revisions are due no later than August 29, 2014, 2:00 PM Eastern Standard Time. Offerors shall ensure the RFQ number is visible in the subject line of the email. Faxed quotes shall not be accepted. 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 issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76. This solicitation will be a 100% Total Small Business Set-Aside. The associated NAICS code is 334516 (Analytical Laboratory Instrument Manufacturing) Size Standard 500 employees. The government anticipates a Firm Fixed price contract for three (3) Continuous Culture Fermentation System(s) with an Option for one (1) additional system pending availability of funding. Salient Characteristics for each of the Continuous Culture Fermentation Systems 1. Shall have at least one 19mm port on top 2. Shall have a built in mass flow controller capable of 20ml/min continuous flow calibrated for carbon dioxide and nitrogen gases (1) 3. Shall have built in peristaltic pumps capable of variable control (2) 4. Shall have a glass fermentation vessel with 3-5L working volume 5. Shall have the capability of being connected to a computer for continuous tracking of parameters 6. Shall have a commercially available, automatically controlled sipper-sampling system to allow for timed auto-sampling (shall have tubing diameter capable of handling effluent containing solid particles - at least 10mm I.D.) 7. Shall have Rushton-type impellors and be capable of at least 255 rpm agitation speed 8. Shall have a way to easily stop the agitation if a probe or spatula falls into vessel 9. Shall have the ability to add external pump(s) 10. Shall have the ability to monitor pH and temperature constantly 11. Shall have the ability to maintain vessel temperature dependably at 39ºC 12. Shall on-site training/installation and follow-up ongoing support (i.e. if model is discontinued it will still be supported) for at least 10 years. The Contractor shall provide all items F.O.B. destination. Location of the Government site is aboard USDA, ARS, Pasture Systems & Watershed Management Research Unit, Bldg 3702, Curtin Road, University Park, PA 16802 and will be identified in the contract. The Government anticipates award of a Firm Fixed Price contract for three (3) systems. Please quote one (1) additional system "Pending Availability of Funding." 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 and (2) Price (to include shipping). Include Warranty information with you quote. Quotes should be valid for 120 days from date of submission. 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 acceptable proposal with the lowest evaluated price. Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Technical Specifications, (2) Price (to include shipping) and must also have satisfactory Past Performance. INSPECTON AND ACCEPTANCE TERMS: Supplies will be inspected by Contracting Officer Representative (COR) and accepted at destination. 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 Central Contractor Registration: AGAR 452.204-70 Inquiries; 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 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; FAR 52.219-6 Notice of Total Small Business Set-Aside; AGAR 452.219-70 Size Standard and NAICS Code Information; FAR 52.222-3 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 52.222-50 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 52.217-5 Evaluation of Options; FAR 52.232-18 Availability of Funds; FAR.52.232-19 Availability of Funds for the Next Fiscal Year; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; 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. To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A DUNS (Dunn and Bradstreet) number is required in order to register. All invoices shall be submitted electronically using the Invoice Processing Platform system at www.ipp.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/02c407d229c6eb14b6bfd2c95fea909e)
 
Place of Performance
Address: Bldg 3702 Curtin Road, University Park, Pennsylvania, 16802, United States
Zip Code: 16802
 
Record
SN03466093-W 20140816/140815000429-02c407d229c6eb14b6bfd2c95fea909e (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.