SOLICITATION NOTICE
36 -- Dockage Tester/Machine
- Notice Date
- 9/8/2022 6:19:31 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333241
— Food Product Machinery Manufacturing
- Contracting Office
- USDA ARS MWA AAO ACQ/PER PROP PEORIA IL 61604 USA
- ZIP Code
- 61604
- Solicitation Number
- 12505B22Q0227
- Response Due
- 9/19/2022 3:00:00 PM
- Archive Date
- 10/04/2022
- Point of Contact
- Aaron Dimeo
- E-Mail Address
-
aaron.dimeo@usda.gov
(aaron.dimeo@usda.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 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 12505B22Q0227 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-07. This solicitation is a 100% Total Small Business Set-Aside. The associated NAICS code is 333241, Food Product Machinery Manufacturing, with a small business size standard of 500 employees and the PSC is 3695. The Department of Agriculture (ARS) has the need for the following product(s): 001) Dockage Tester/Machine Scope of Work: � The USDA-ARS Application Technology Research Unit (ATRU) in Wooster, OH is requesting quotes for a new dockage tester/machine. Background: A dockage tester/machine provides more consistent cleaning and removal of non-wheat grain materials than hand cleaning procedures, which is essential for performing accurate and consistent grading and evaluation of wheat grains for milling and baking quality potentials. A dockage tester/machine provides accurate and uniform tests of grain samples for foreign matters within minutes. It is the official testing machine used in grain inspection offices of the U.S. Department of Agriculture and by licensed inspectors, including State grain inspection offices. It cleans and removes weed seeds, weed stems, chaff, straw, or grain other than wheat from wheat grains submitted by the wheat breeding programs and research collaborators. It is being used to clean a significant portion of three to five thousand wheat grain samples evaluated by SWQL each year, especially those for Wheat Quality Council project and SWQL Quality Evaluation Project. The current one is over 50 years old and has been frequently out of order requiring the major repair. The aspirator part of the equipment is not working and not even fixable. Acquirement of a new dockage tester/machine for the replacement of the current one is expected to increase efficiency and consistency of the wheat grain sample cleaning process and significantly save our technician�s time and resources, which have been frequently needed for the repair. Technical Requirements: The dockage tester/machine must have the following characteristics/capabilities: Provide cleaning of wheat grain using the action of riddle, sieving, and aspiration Furnished complete with a 1/3 to 1/2 H.P. electric motor The machine should be approved by the USDA FGIS for wheat grain dockage test. The machine should have added insulation for noise reduction and adjustable leveling base. The machine should have a retractable caster for mobility. The machine should have space for a riddle and three sieves. The machine should have the riddle and top sieve moving front and back while the bottom two sieves moving side to side. Key Deliverables: Dockage Tester/Machine; Qty: 1 Noise Reduction; Qty: 1 Riddle; Qty: 1 Sieves; Qty: 3 Retractable Caster; Qty: 1 Shipping/Freight/Delivery/Transportation Delivery: Delivery is to be made to the attention of Taehyun Ji of the USDA-ARS Application Technology Research Unit (ATRU) located at 1680 Madison Avenue, Wooster, Ohio 44691 within 60 days of award. The vendor shall provide all items F.O.B: destination. Location of the Government site is aboard Wooster, OH and will be identified in the contract. The Government anticipates award of a Firm Fixed Price contract. Evaluation Factors: The basis for award will be Lowest Price, Technically acceptable.�The Government intends to make a single firm-fixed price award based on the lowest price technically acceptable (LPTA) quote received. ""LPTA"" means the best value is expected to result from selection of the technically acceptable quote with the lowest evaluated price. Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Price; (2) Technical Requirements. The lowest priced quote will be evaluated first; if NOT found acceptable, the next lowest priced quote will be evaluated, and so on until a technically acceptable quote is identified. The government will NOT review higher priced quotes if the lowest priced quote is determined to be technically acceptable. For quoted products to be considered technically acceptable, they must meet ALL of the technical requirements identified in this solicitation. Submitting a Quote: Failure to demonstrate compliance with all instructions presenter herein will constitute sufficient cause to reject a quote without further discussions. All responsible sources may submit a quote which will be put into considered for award. Offerors responding to this announcement shall submit their quote in accordance with FAR 52.212-1. The applicable FAR clauses and provisions that apply to this acquisition are included with the attached quote submission form (SF1449). The Government anticipates award of one Firm Fixed Price Contract. To be eligible for an award, all contractors must be registered in the System for Award Management (SAM) with a current and active registration. A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A Unique Entity Identifier (UEI) number is required in order to register.�Vendor must also include their UEI# on their quote. The submission and payment of invoices on the resulting contract will be made through the Invoice Processing Platform (IPP). As such, contractors must be currently registered or register in IPP in order to be able to submit and receive payment on invoices for the resulting award. Offerors responding to this announcement shall submit their quote on�SF1449�(see attached) and provide completed FAR provisions. The quoted price(s) should include all fees, delivery charges, and/or surcharges. This will be a tax-exempt purchase. Questions in regards to this combined synopsis/solicitation must be submitted through email (NO calls with questions will be accepted) and are due by NO later than�5:00 PM CT on Wednesday, September 14, 2022. Answers to any questions received by that time will be�posted as an amendment to this combined synopsis/solicitation. No questions will be answered after this date unless determined to be in the best interest of the Government. Only electronic submissions made via email will be accepted (NO phone calls or quotes submitted by USPS mail will be accepted). Please email all quotes in writing on the SF1449 with completed FAR provisions to�aaron.dimeo@usda.gov by NO later than�Monday, September 19, 2022 at 5:00 PM Central Time (CT). Note: Be absolutely certain to reference the RFQ number �12505B22Q0227� and/or title of the solicitation �Dockage Tester/Machine� in the subject, body, and/or attachments on your quote submission email to ensure your submission can be located and attributed to this solicitation. Failure to do so could potentially result in your submission being deemed �unresponsive� and as a result your quote may NOT be put into consideration for award (as your quote may NOT be located when searching the recipients email to ensure all responses to the solicitation have been logged before making an award determination).
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ee85e157974e42ce9ac437956bcb23d2/view)
- Place of Performance
- Address: Wooster, OH 44691, USA
- Zip Code: 44691
- Country: USA
- Zip Code: 44691
- Record
- SN06457774-F 20220910/220908230128 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |