SOLICITATION NOTICE
66 -- Benchtop Reactor - Specifications
- Notice Date
- 9/14/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Agricultural Research Service - Eastern Business Service Center
- ZIP Code
- 00000
- Solicitation Number
- AG-32SC-17-879454
- Archive Date
- 10/5/2017
- Point of Contact
- Lynn S. Hults, Phone: 9792609376
- E-Mail Address
-
lynn.hults@ars.usda.gov
(lynn.hults@ars.usda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Specifications 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. Solicitation number AG-32SC-17-879454 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. This solicitation will be a 100% Total Small Business Set-Aside. The associated NAICS code is 334516 (Analytical Laboratory Instrument Manufacturing), with a small business size standard of 500 employees. This acquisition is for brand name or equal of the following item as identified in the Contract Line Item Number (CLIN): 0001) Bench Top Reactor System: Specifications: With the following minimum specifications: 100 mL vessel with fixed head, cylinder, magnetic drive, and internal wetted parts constructed of Alloy C-276. External valves and fittings of T316 stainless steel. With the following specifications: A) MAWP Rating for reactor: 5000 psi at up to 500°C B) MAWP limited by ball valve to 1910 psi at up to 260°C C) PTFE Flat Gasket and Split Ring Closure, to be changed to Graphite gasket for temperatures above 350°C D) Head to Include: 1) Magnetic Drive, 16 in-lbs torque, Alloy C-276 with stir shaft and turbine impeller 2) Rupture Disc of Alloy 600, rated to 5000 psi 3) Pressure Gage, 0-5000 psi and Gas Release Valve 4) Double Valve Assembly with Liquid Sampling and Gas Inlet Valves over Dip Tube 5) Thermowell with J-Type Thermocouple 6) Ball valve plumbed to dedicated port on head with filter 7) Alternate needle valve for high temp application (to be installed in port instead of ball valve) E) Cylinder, 100 mL with ID of 1.3" and IL of 4.6" F) Mantle Heater 115V, 700W G) Variable speed motor, 1/8 hp H) 4848 Reactor Controller with the following specifications: 1) PID, temperature programmability with ramp and soak 2) Manual speed adjustment knob, 0-600 rpm Additional Options required • Pressure display with transducer • Tach display & remote motor Speed Control Module • High Temperature Cut Off Module • SpecView Software • PC Cable for PC communication • Provide with ASME certification with U-stamp Delivery must be to the following address: US Horticultural Research Lab 2001 South Rock Road Ft. Pierce, FL 34945 Additionally, delivery costs to the above location must be annotated in proposal. The Government anticipates award of a Firm Fixed Price contract. Delivery will be within 60 days of award, quoted price should include delivery costs and units. Each offer must show a breakdown giving price of the Equipment, provide descriptive literature or information showing that the offered equipment meets all specifications. Vendors 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). Electronic submissions are preferred. Please email all quotes to lynn.hults@ars.usda.gov. NO LATE QUOTES WILL BE ACCEPTED. The basis for award is Lowest Price Technically Acceptable. "LPTA" means the expected outcome of the acquisition that result 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 requiring office's technical representative 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; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-16 Commercial and Government Entity Code Reporting; FAR 204-17 Ownership or Control of Offeror; FAR 52.204-18 Commercial and Government Entity Code Reporting; AGAR 452.204-70 Inquiries; FAR 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; AGAR 452.209-71 Assurance Regarding Felony Conviction or Tax Delinquent Status for Corporate Applicants; 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 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; FAR 52.219-28 Post Award Small Business Program Re-representation; 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 52.222-36 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 52.225-1 Buy American--Supplies; 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-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 (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted and paid electronically. Quotes must be received no later than September 20, 2017, 4:00pm Central Standard Time. Questions in regards to this combined synopsis/solicitation are due no later than 3:00 PM CST on Tuesday, September 19, 2017. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d07cbb8f11f5d340a9177fa022c50ec8)
- Place of Performance
- Address: US Horticultural Research Lab, 2001 South Rock Road, Ft. Pierce, Florida, 34945, United States
- Zip Code: 34945
- Zip Code: 34945
- Record
- SN04678694-W 20170916/170914232938-d07cbb8f11f5d340a9177fa022c50ec8 (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 |