SOLICITATION NOTICE
66 -- Plant Growth Chambers
- Notice Date
- 9/23/2019
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Agricultural Research Service - Midwest Area
- ZIP Code
- 00000
- Solicitation Number
- 1252KJ19Q0010
- Archive Date
- 10/12/2019
- Point of Contact
- Danielle Cooley, Phone: 765-494-5607
- E-Mail Address
-
danielle.cooley@usda.gov
(danielle.cooley@usda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- 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. 1252KJ19Q0010 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 2019-03. The NAICS code applicable to this acquisition is 334516. This requirement is 100% set aside for small business. The small business size standard is 1,000 employees or less. The USDA-ARS in West Lafayette, IN, has a requirement for THREE (3) growth chambers. Minimum Specifications -2-in-one (meaning each chamber provides 2 independently controlled growing areas) -No chamber can exceed 72"L x 32"W due to space limitations in the labs -Minimum growth height = 20" -Minimum growth area = 8ft 2 -Light Intensity minimum = 400 µm/m 2 /s -Broad spectrum lighting for plant growth including fluorescent and incandescent lamps with at least 2 light levels per lamp type -Fresh air intake and exhaust ports -Humidity control -Temperature range = 10°C-45°C -Air-cooled condensing unit with hot gas bypass -Proportional valve instead of solenoid valve, for quieter operation -High/low alarms with a stored history of alarms -Touchscreen programming must be user-friendly, capable of storing at least 12 24-hour programs -Must be capable of combining several programs for multi-day experiments -Historical trend graphs of chamber conditions DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award, Offerors shall provide 1) technical specifications and part numbers, INCLUDING PRODUCT BROCHURE; 2) price and 3) Company's DUNS number. 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. The following provisions and clauses apply to this acquisition and can be found in full text at http://www.acquisition.gov/comp/far/index.html. FAR 52.252-1, Solicitation Provisions Incorporated by Reference are as follows: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Provide with Quote); FAR 52.204-7, System for Awards Management (ALL OFFERORS MUST BE REGISTERED AND ACTIVE IN THE SYSTEM FOR AWARDS MANAGEMENT DATABASE IN ORDER TO RECEIVE AN AWARD) The website address for registration is: http://www.sam.gov; and FAR 52.222-22, Previous Compliance Report. FAR 52.252-2, Clauses Incorporated by Reference, 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 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 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; 52.225-2, Buy American Act Certificate ; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer (31 U.S.C. 3332); 52.232-36, 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. DELIVERY: FOB Destination. DELIVERY TO: USDA-ARS West Lafayette, IN 47907. QUOTE PRICE MUST INCLUDE any freight, shipping, handling, as well as any applicable duties, brokerage, or customs fees. DELIVERY DATE: Each offeror shall include their proposed delivery schedule as part of their quotation. 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 Acceptability, (2) Net Price and must also have acceptable past performance. Questions relating to this requirement shall be sent via email to Danielle Cooley, Contracting Officer at danielle.cooley@usda.gov and received no later than 10am Eastern, Thursday, September 26, 2019. Answers to all questions will be provided in the form of a modification to this solicitation. No phone calls will be accepted. Furnish Quotes no later than 12pm Eastern, Friday, September 27, 2019 to Danielle Cooley, Contracting Officer at danielle.cooley@usda.gov. Quotes will only be accepted via email, no phone calls will be accepted. You must confirm receipt of your quotation. If you do not receive an acknowledgement by email, please call the Contracting Officer by the time quotes are due.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f05beff00fcb89054e61809005cfd3e6)
- Record
- SN05454777-W 20190925/190923230858-f05beff00fcb89054e61809005cfd3e6 (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 |