Federal Bid

Last Updated on 09 Jun 2017 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

Walk in chamber

Solicitation ID AG-6612-S-17-0003
Posted Date 10 May 2017 at 9 PM
Archive Date 09 Jun 2017 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Usda Ars Pa Aao Acq/Per Prop
Agency Department Of Agriculture
Location United states
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-6612-S-17-0003 is issued as a request for
quotation (RFQ). The solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular 2005-73. The associated NAICS code is 334516.
This acquisition is for the following item as identified in the Contract Line Item Number (CLIN):
External size of chambers (‘footprints'):
104 (H) x 136 (W) x 86 (D) inches (one chamber)
104 (H) x 124 (W) x 142 (D) inches (one chamber)
Temperature range:
At least 10-44 C plus/minus 1 C
Desired lighting specifications:
Single tier of lighting
LED lighting with option to adjust wavelengths
Light intensity of at least 1100 micromol/m2/s
Shelving for plants:
At least 28 square feet of (vendor-provided) shelving per chamber
At least 60 inches of clearance between lights and top of shelving
Please make sure quotes are valid until 10/31/2017
EVALUATION FACTORS
- 52.211-6 -- Brand Name or Equal (1999)
- (a) If an item in this solicitation is identified as "brand name or equal," the purchase
description reflects the characteristics and level of quality that will satisfy the
Government's needs. The salient physical, functional, or performance characteristics
that "equal" products must meet are specified in the solicitation.
- (b) To be considered for award, offers of "equal" products, including "equal" products
of the brand name manufacturer, must-
- (1) Meet the salient physical, functional, or performance characteristic specified in
this solicitation;
- (2) Clearly identify the item by-
- (i) Brand name, if any; and
- (ii) Make or model number;
- (3) Include descriptive literature such as illustrations, drawings, or a clear reference to
previously furnished descriptive data or information available to the Contracting
Officer; and
- (4) Clearly describe any modification the offeror plans to make in a product to make
it conform to the solicitation requirements. Mark any descriptive material to clearly
show the modification.
- (c) The Contracting Officer will evaluate "equal" products on the basis of information
furnished by the offeror or identified in the offer and reasonably available to the
Contracting Officer. The Contracting Officer is not responsible for locating or
obtaining any information not identified in the offer.
- (d) Unless the offeror clearly indicates in its offer that the product being offered is an
"equal" product, the offeror shall provide the brand name product referenced in the
solicitation.
-
- (End of provision)
This is a Buy Best Value acquisition. The Government will award a Purchase Order
resulting from this Request for Quotes to the responsible offeror whose quote is
conforming to the solicitation and represents the most advantageous to the Government,
price and other factors considered. The following factors shall be used to evaluate offers:
EVALUATION FACTORS FOR AWARD
1. Past Performance -
Quotes will be evaluated based on the offeor's past performance as provided by the
offerors references.
2. Offeror's Technical Solution-
The Government will evaluate the performance of the offeror's product for capability and
performance.
3. Quality and Reliability-
Quotes will be evaluated on the offeror's product for its level of Quality and Reliability.
4. Price-
The quoted price is fair and reasonable.
NOTE:
All evaluation factors other than cost or price, when combined, are significantly more
important than cost or price. Factors and sub-factors are prioritized in the following
order of importance (i.e. most important first, least important last) for award evaluation 2,
3, 1, 4.
The Government will evaluate quotes for award purposes, considering the evaluation
factors above, and will award to that offeror whose proposal represents the best value to
the Government.
Description:
Facility Containment Restrictions: Delivery is to the Red River Agriculture Research Center
(RRVARC). Contractor employee(s) must adhere to facility safety regulations. RRVARC does not
have a loading dock.
52.232-18 Availability of Funds.
Availability of Funds (Apr 1984)
Funds are not presently available for this contract. The Government's obligation under this
contract is contingent upon the availability of appropriated funds from which payment for
contract purposes can be made. No legal liability on the part of the Government for any
payment may arise until funds are made available to the Contracting Officer for this contract
and until the Contractor receives notice of such availability, to be confirmed in writing by the
Contracting Officer.
(End of Clause)
Inspection and Acceptance Terms: Supplies will be inspected and accepted by the End User /
Purchasing Agent at destination.
Representations: Please include a completed copy of the provision at 52.212-3, Offeror
Representations and Certifications -- Commercial Items.
Applicable Provisions: 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 System for Award Management: 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 52.212-1 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; 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 52.225-13 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.
Invoices must be submitted into the Invoice Processing Platform (IPP). IPP is a government-wide
secure web-based payment information service offered free of charge to government agencies
and their suppliers by the U.S. Department of Treasury's Financial Management Service (FMS).
One-time enrollment in IPP means that you will receive a series of e-mails from Treasury
services. The first email will have the IPP Logon ID and link to the IPP application. A second email,
containing the password will be sent within 24 hours. Once you receive these emails,
please login to the IPP application and complete the registration process.
Benefits of registering with IPP include the ability for your company to create invoices directly
from a contract award and submit them electronically, as well as:
· e-mail notification when invoice(s) are paid
· online payment history
· remittance download
The e-mail notification of payment is sent when a payment is distributed to your bank account
and will include all pertinent payment information.
The IPP Customer Support Desk is available to assist users Monday through Friday (excluding
bank holidays) from 8:00AM - 6:00PM ET, including answering any questions related to
accessing IPP or completing the registration process. Their toll-free number is 1-866-973-3131 2
or they can be reached at: [email protected]. If you have any questions or
concerns, please contact the Controller Operations Division Help Desk at: 1-877-243-3072 or
[email protected].
The successful vendor must be enrolled in IPP to submit invoices and receive payment. If the
successful vendor firm is already enrolled in IPP invoices are to be submitted under the vendors
existing IPP enrollment.
Clause 52.223-2 requires: The contractor shall report to the environmental point of contact,
with a copy to the Contracting Officer, on the product types and dollar value of any USDAdesignated
biobased products purchased by the contractor during the previous fiscal year. The
report must be submitted not later than October 31 of each year during contract performance
and at the end of contract performance. See list of attachments for categories of Biobased
products, this list and linked descriptions can be found at
http://cfr.regstoday.com/7CFR3201.aspx
The environmental point of contact is:
Ron Buckhalt
[email protected]
Phone: 202-205-4008
Energy Efficient Products
Energy policy acts of 1992, 2005, 2007 and Executive Order 13423 require the purchase of
energy efficient products--either those labeled "ENERGY STAR" or designated by the U.S.
Department of Energy's Federal Energy Management Program (FEMP). The requirement applies
both to direct purchases and contracted services, including contracts for design, construction,
renovation, or maintenance of a public building. For contracted services, the contractor must
provide ENERGY STAR, FEMP qualified, or other energy efficient products.
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.
Bid Protests Not Available

Similar Past Bids

Location Unknown 17 Aug 2017 at 6 PM
Location Unknown 17 Aug 2017 at 6 PM
Location Unknown 11 May 2017 at 4 PM
Location Unknown 13 Sep 2017 at 7 PM

Similar Opportunities