Mash Bath Floor Mounting (25 Head)
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 anno... 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. AG-63VY-19-S-0005 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 2005-95. The NAICS code applicable to this acquisition is 334516. For a small company to qualify as a small business, the small business standard is 500 employees or less. The USDA-ARS-CCRU, Madison, WI has a requirement for a Floor Mounting Mash Bath. End-User requires vendor to provide: Specifications and Defined Minimum Requirements: Minimum requirements An electronically controlled ‘Mash" Bath with programming that allows the researcher to automatically perform experiments relating to the brewing and malting of barley. It must have a screen controller and use 500ml stainless steel pots. The temperature/timing ramping of the bath must be very accurate. Statement of Use This equipment will be used to analyze barley malt for quality factors relating to the brewing process. A malt mash bath is designed for laboratories for the determination of malt extract by Congress mash, Hartong and ASBS Methods. Mashing is the brewer's term for the hot water steeping process which hydrates the barley, activates the malt enzymes, and converts the grain starches into fermentable sugars. Line Item Description 1. Must have the ability to load 25 stainless steel pots per mash sequence 2. Should be a floor model mounted on wheels for cleaning and easy accessibility 3. The distilled water tank can be automatically filled and water temperature controlled +/-0.3ºC 4. Should have a press switch which automatically dispenses the correct volume of water 5. Stainless steel water tank and 500ml stainless steel beakers 6. The bath is complete with circulator, drain, overflow, and temperature sensor 7. The samples are stirred by magnetic stirrers and have an automatic ON/OFF/INT control 8. The bath circulation must be adequate to insure accurate temperature throughout the bath 9. Must be electronically controlled with selectable programs for various mash sequences Descriptive Literature We will require documentation to insure the instrument meets our requirements Training is Preferred To insure all technicians involved have a working knowledge of the use and maintanace of the instrument Commercial Warranty sufficient Standard 12 month warranties are sufficient DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award, Offerors shall provide 1) A Quote on company letterhead detailing the item description, unit price per item, and total price; 2) Descriptive literature, brochures, information on service and support; 3) Company's DUNS number; 4) GSA Contract number and expiration date (if applicable to service requested).; 5) 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://www.acquisition.gov/comp/far/index.html 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 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; 52.223-4, Recovered Material Certification; 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items; 52.225-2, Buy American Act Certificate ; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (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-CCRU in Madison, WI QUOTE PRICE MUST INCLUDE any freight, shipping, handling, as well as any applicable duties, brokerage, or customs fees. DELIVERY DATE DUE: The Government requires delivery and invoice no later than 30 days after receipt of samples, however, each offeror shall include their proposed delivery schedule as part of their quotation. 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 and (ii) price (based on F.O.B. Destination), technical and price are equally important. 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 Quote shall respond to each of the evaluation factors identified below. With the exception of past performance, 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 Evaluation Factors: A) All quotes will be rated against the technical capability of the item offered to meet the Government requirement. B) Delivery. C) Warranty, D) Descriptive Literature. 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. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.fbo.gov. Potential offerors will be responsible for downloading their own copy of those documents related to this procurement, if any. 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. Furnish Quotes to: Randall W. Kiehne, Contracting Officer, USDA, ARS, Administrative Office, 1551 Lindig Street, St Paul, MN 55108 Quotes and other requested documents may be provided by email to: Randy.Kiehne@ARS.USDA.GOV, Furnish quotes no later than 12:00 PM (Central), Friday, July 26th, 2019. Additional information may be obtained by contacting the Contracting Officer at Randy.Kiehne@ARS.USDA.GOV or (651)649-5047.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »