Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 07, 2018 FBO #5948
SOLICITATION NOTICE

66 -- Stainless Steel Custom Research Cans - Malt Cans

Notice Date
3/5/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
331110 — Iron and Steel Mills and Ferroalloy Manufacturing
 
Contracting Office
Agricultural Research Service - Eastern Business Service Center
 
ZIP Code
00000
 
Solicitation Number
12561518SAA01
 
Archive Date
6/26/2018
 
Point of Contact
Laura L. Jones, Phone: 608-890-0047
 
E-Mail Address
laura.jones@ars.usda.gov
(laura.jones@ars.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
Malt Cans 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; proposals are being requested and a written solicitation will not be issued. Solicitation No. 12561518SAA01 is being issued as a Request for Proposals (RFP) and must be valid for 60 days. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. The NAICS code applicable to this acquisition is 331110. For a company to qualify as a small business, the small business standard is 500 employees or less. The USDA, ARS, MWA, Cereal Crops Research Unit has a need for custom made stainless steel cans for germination, steeping, and kiln. The cans will be used to produce malts from barley submitted to our unit from US public sector barley breeding programs. Each of the 3 can types will be used in separate steps of the malting process -Steeping, Germinating and Kilning. THE SALIENT CHARACTERISTICS: Awarded vendor must be able to provide all three sizes and types of Cans. Stainless Steel Custom Cans (three sizes and types) and strictly adhere to design specifications listed: ‘HALF GERMINATION CAN' 1) made from 0.7mm gauge stainless steel, 2) internal diameter 14.5cm, 3) height 5.1cm, 4) 2 rows of 12 evenly spaced 2mm in diameter holes 1.2cm above bottom and below the top lip of cans, 5) Removable, snug-fitting lid with a 1cm lip. Similar bottom lid albeit attached to the can sides (non-removable), 6) The measurements provided must be adhered to within +/-1/16" allowance, 7) required quantity 320 cans, ‘HALF STEEP CAN' 1) made from 0.7mm gauge stainless steel, 2) 4.5cm wide x 9.0cm long x 13.9cm high, 3) mesh screen 6.4mm from bottom, 4) mesh screen with 1mm² holes, 5) one tab fastened to each 4.5cm wall with tab projecting 4mm inward from each wall, 6) tabs are 2.0cm longx1.0cm wide, 7) tabs have a 2.5mm diameter hole in the projecting portion to accept 2.3mm diameter cylindrical rod, 8) tab holes are centered 7.0mm below box rim, 9) The measurements provided must be adhered to within +/-1/16" allowance, 10) required quantity 320 cans, ‘HALF KILN CAN' 1) made from 0.7mm gauge stainless steel, 2) 17.0cm high on semicircle, 3) 15.0cm high on linear portion, 4) Mesh screen 2.5cm off bottom of semicircle and 0.5cm off bottom of linear side, 5) Mesh screen with 2mm2 squares, 6) 11.0cm outside diameter of semi-circle, 7) 0.5cm high semicircular cylinder projecting 3.0mm outward positioned at 2.5cm off bottom on the circumference of the semicircle, 8) The measurements provided must be adhered to within +/-1/16" allowance, 9) required quantity 320 cans, 10) Product (Cans) and workmanship must be warranted for a standard period of one year. 11) See attached diagrams for "Malt Cans", DESCRIPTIVE LITERATURE: Offerors shall submit 2 copies of the Descriptive Literature describing their proposed product in enough detail to ascertain whether the product meets the criteria listed above. DOCUMENTS TO BE INCLUDED IN PROPOSAL: In order to be considered for award Offerors shall provide 1) a Quote on company letterhead detailing the item description, unit price and total price; 2) descriptive literature, brochures, information on service and support; 3) at least 3 to 5 references (if applicable) for the proposed product. References must have received the proposed product within the last three (3) calendar years (Government references preferred but will accept commercial references). References shall be provided for the product proposed and if possible include the email address of the person to be contacted; and 4) 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 may be obtained at http://acquisition.gov/comp/far/loadmainre.html REJECTION OF PROPOSAL: 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. The following provisions and clauses apply to this acquisition and can be found in full text at http://acquisition.gov/comp/far/loadmainre.html, FAR 52.252-1 Solicitation Provisions Incorporated by Reference are as follows: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR52.212-2, Evaluation - Commercial Items: FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Provide with Proposal); FAR 52.214-21, Descriptive Literature (Provide with Proposal); FAR 52.204-7, System Award Management database (ALL OFFERORS MUST BE REGISTERED AND ACTIVE IN THE SYSTEM AWARD MANAGEMENT (SAM) DATABASE IN ORDER TO RECEIVE AN AWARD). The website address for registration is: https://www.sam.gov; and FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards, in accordance with FAR 4.1403, FAR 52.222-22, Previous Compliance Report, FAR 52.252-2, Clauses Incorporated by Reference are as follows: FAR 52.212-4, Contract Terms and Conditions Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items apply to this acquisition. The following FAR clauses cited in 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items are applicable to this acquisition: FAR 52.222-3, Convict Labor (E.O. 11755): FAR 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-SYSTEM AWARD MANAGEMENT (31 U.S.C. 3332); 52.232-35, Payment by Third Party (31 U.S.C. 3332) and FAR 52.233, Protest After Award. The above FAR clauses may be viewed at http://www.acquisition.gov/comp/far/loadmainre.html. SHIPPING: FOB Destination. DELIVERY TO: USDA-ARS Cereal Crops Research Unit, Madison, WI. PROPOSAL PRICE MUST INCLUDE: any freight or shipping, as well as any applicable duties, brokerage, or customs fees. DELIVERY DUE DATE: To be determined, however, each offeror shall include their proposed delivery schedule as part of their quote. FAR 52.212-2, EVALUATION - COMMERCIAL ITEM, the significant evaluation factors, in the relative order of importance, are (i) technical capability of the item offered to meet the Government requirement including delivery date; (ii) price (based on F.O.B. Destination), technical is more important than price. Award will be made based on overall BEST VALUE to the Government. EVALUATION & AWARD FACTORS: The contract resulting from this solicitation will be awarded to the responsible party whose offer, conforming to the solicitation, is determined most advantageous to the government, cost, and other factors considered. Each Proposal shall respond to each of the evaluation factors identified below. A technical evaluation will be performed on each quote based solely on the information furnished and not on previous knowledge or associations. The evaluation factors are as follows: 1) Technical Factors 2) Salient characteristics and minimum requirements 3) Delivery 4) Warranty. The Offeror shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the inspection clause nor does it limit the Government's right with regard to the other terms and conditions of this contract. In the event of conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The contactor shall provide a copy of its standard commercial warranty (if applicable) with this response. Any amendment and documents related to this procurement will be available electronically at the Internet site: https://www.fbo.gov Potential offerors will be responsible for downloading their own copy of those documents related to this procurement, if any. Furnish Proposals via mail or email to Laura Jones, Contracting Officer, USDA, ARS, Dairy Forage Research Center, Administration Office, 1925 Linden Drive, Madison, WI 53706-1108, write on package "QUOTE ENCLOSED" or Email laura.jones@ars.usda.gov no later than 4:30 p.m. March 26, 2018. Additional information may be obtained by contacting the Contracting Officer at (608) 890-0047 or email laura.jones@ars.usda.gov Subject: FBO CCRU Custom Cans
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/425840df000d7d490fdbddc55edbf2b3)
 
Place of Performance
Address: USDA-ARS Dairy Forage Research Center, 1925 Linden Drive, Madison, Wisconsin, 53706, United States
Zip Code: 53706
 
Record
SN04842721-W 20180307/180305231159-425840df000d7d490fdbddc55edbf2b3 (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.