Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:1006296
This is a Sources Sought Notice at the Web site: www.beta.sam.gov - for the United States Department of Agriculture, Agriculture Research Service, prepared in accordance with the format to Subpart 12....
This is a Sources Sought Notice at the Web site: www.beta.sam.gov - for the United States Department of Agriculture, Agriculture Research Service, prepared in accordance with the format to Subpart 12.6, as supplemented with additional information included in this solicitation. This announcement constitutes the only solicitation, quotes are being requested and a written notice, will not be issued. Solicitation Number 1006296 - is issued as a request for quotation (RFQ). This solicitation document incorporates provisions and clauses which are in effect through Federal Acquisition Circular 2020-06 dated June 5, 2020. Special Note – Only If - the small business price quote submitted to USDA Is - deemed to be fair and reasonable -This solicitation shall be reserved exclusively for small businesses referencing (North American Industrial Classification) NAICS Code Code 334516 – referencing a small business size standard of 1,000 Employees. SHIP TO ADDRESS – 600 E. Mermaid Lane - Wyndmoor, Pennsylvania 19038 Minimum requirements – BRAND NAME INSTRUMENT – This is a USDA safety issue. USDA already OWNS a existing – Model INNOVA 44R – New Brunswick - shaker/incubator and this specific instrument is designed and MUST be able to safely stack on top of each other. Other models would not allow this and due to space limitations would not be useable. In addition, unlike the INNOVA 44 shaker/incubator, the 44R can maintain temperatures less than room temperature which is vital in our research. Innova 44R New Brunswick Shaker - Must be Brand Name – Below is a listing of the minimum requirements / salient characteristics / specifications for the New Brunswick INNOVA 44R laboratory shaker that USDA requires: 1) Temperature Range: 5 C - 80 C. 2) Speed Range: 25 - 300 rpm 3) Orbital Agitation: 5.1 cm 4) Placement: Stackable 5) Platform size: 76 x 46 cm (universal platform) 6) Slide out Platform: yes, accommodating up to 5-L flasks 7) Dimensions (W x D x H): 134.9 x 84.3 x 66.0 cm for safely stacking on existing unit 8) Audible / Visual alarms: yes 9) Available Program Modes: Constant speed and temperature Programmable; multi step availability RS-232 Communication port 10) Stored Programs: Up to 4 11) Timer: 0.1 - 99.9 hours 12) Power Supply: 120 V, 60 Hz 13) Weight: 257 kg designed for safely stacking on existing unit Other salient requirements: 1) Clear glass viewing window 2) Programmable controller for temperature, speed, and light 3) Counter balanced drive for high speed applications and heavy workloads 4) Automatic power failure restart 5) Spill protection reservoir Clauses/Provisions Incorporated by reference: This requirement incorporates one or more clauses by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed at the following address: https//www.acquisition.gov/far. 52.212-5 - Commercial Items (JULY 2020) 52.204-7 - System for Award Management (OCT 2018 ) 52.204-13 - System for System for Award Management Maintenance ( OCT 2018) 52.204-16 - Commercial and Government Entity Code Reporting (JULY 2016) 52.209-2 - Prohibition on Contracting with Inverted Domestic Corporations - Representation ( NOV 2015) 52.212-1 - Instructions to Offerers Commercial Items (JUNE 2020) 52.212-4 - Contract Terms and Conditions-Commercial Items ( OCT 2018 ) 52.223-1 - Bio-Based Product Certification (MAY 2012) 52.232-39 - !Jnenforceability of Unauthorized Obligations ( JUNE 2013) 52.232-40 - Providing Accelerated Payments to Small Business Sub contractors (DEC 2013) 52.237-2 - Protection of Government Buildings, Equipment and Vegetation (APR 1984) No late vendor quotes or vendor questions shall be accepted referencing the above solicitation number. All Vendor Questions, are due via email by no later than – Monday July 20, 2020 by 12:00 noon E.S.T to John.Wilkinson@usda.gov. I, John Wilkinson will respond back to all vendor questions via email referencing the above solicitation number - by No later than Thursday July 24, 2020. Oral Communications are not acceptable regarding responses to this requirement. All quotes are due via email to me: John.Wilkinson@usda.gov by no later than 12:00 p.m. E.S.T. on Tuesday July 29, 2020. Anticipated award date is Wed. July 30, 2020 or shortly thereafter. Special Note: the vendor who offers the - Best Value to the Federal Government - which meets all of the above USDA end-user requirements -specifications shall be awarded a USDA Purchase Order. Special Note – The vendor - must – already - have their companies Dun and Bradstreet Number --mandatorily - already be registered by July 29, 2019 - as both - current and active at the web site: www.beta.sam.gov at phone no. 1-866-606-8220.