Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:12405B19Q0019
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. The solicitation number is 12405B19Q0019 and is issued as a request for quotation (RFQ). The NAICS code is 332999- All Other Miscellaneous Fabricated Metal Product Manufacturing. This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2005-101. The USDA, ARS, SEA intends to procure (Qty 3) 12-Cage Avian Isolators (AIU12-N-E) or equivalent. The 12-Cage Avian Isolators must comply with the following minimum specifications: • The isolator cage system will be comprised of a 304 stainless steel frame holding 12 individual isolator units. The frame will be constructed of 304 stainless steel and mounted on four 8-inch casters; two casters will have step brakes. Overall rack dimensions will be 69.8" W x 31.69" D x 83" H. • Each isolator cage unit will measure 12" W x 18" D x 12" H and provide 1.5 square feet of floor space. Isolator cage units will be constructed of stainless steel and clear plastic to allow clear visibility of the animals. The back of each cage will be solid stainless steel sheet. The unit has one end that will open as a door. The floors will be removable and constructed of ½" x ½" stainless steel mesh and supported by a welded rod frame. Each isolator cage unit will have a removable stainless steel litter pan. • Isolator cage units will be removable from the frame for sanitation and maintenance. • The isolator cage system will have single-pass air flow with HEPA filtration for intake and exhaust. Each isolator cage unit will have isolated air flow. Intake air will be pre-filtered and allow for easy maintenance (cleaning) or replacement. Ventilation will provide 20-40 air changes per hour. Ventilation will be configurable for negative or positive pressure operation. • Each isolator cage unit will have one nipple drinker. Feeders will be placed on the front inside cage panel with a clear tube attached for visibility of feed. Feeders will be capable of external fill. • Power will be provided with 110-120 VAC wiring. Any quotes not meeting the minimum specifications will not be considered. 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/service, discounts for trade-ins/ applicable services, total price and valid for at least 60 days after receipt of quote. 2) at least 3-5 references (Government references preferred but will accept commercial references). References shall be provided for the service proposed and if possible include the email address of the person to be contacted; and 3) FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATION-COMMERCIAL ITEMS; The Representation and Certification section must be completed electronically in the System for Award Management (SAM) website at www.sam.gov. REJECTION OF QUOTATION: Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer and will be considered. The following clauses and provisions apply to this acquisition. 52.252-2 Clauses Incorporated by Reference; 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS; 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS applies,; 52.222-3, Convict Labor; 52.233-3, Protest after award; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts; 52.223-15 Energy Efficiency in Energy-Consuming Products; 52.223-17 Affirmative Procurement of EPA-designated Items in Service and Construction Contracts; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - System for Award Management; applicable to this acquisition; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS; 52.223-1 Biobased Product Certification; 52.223-4 Recovered Materials Certification; 52.212-2 Evaluation-Commercial Items ; 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS. DELIVERY: FOB Destination. Deliver to USDA, ARS, Poultry Research Unit 810 HWY 12 EAST, MISSISSIPPI STATE, MS. QUOTED PRICE MUST INCLUDE: any delivery costs as well as any applicable duties, brokerage, or customs fees. DELIVERY DUE DATE: The Government requires delivery on or before 30 ARO, however, each offeror shall include their proposed delivery schedule as part of their quotation. PAYMENT: Any award made under this solicitation is subject to 31 CFR Part 208 which requires all payments made by the government to be made by electronic funds transfer. Contractors intending to conduct business with the Federal Government MUST register with the System for Award Management (SAM) database prior to submitting quotation. You may register online at www.sam.gov. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.fbo.gov. 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; (ii) past performance; and (iii) price (based on F.O.B. Destination), technical and past performance are more important than price. Award will be made based on overall BEST VALUE to the Government. The government anticipates award of a firm fixed priced contract resulting from this solicitation to the responsible offeror whose offer conforms to the specifications that will be the most advantageous to the government in accordance with FAR 13.106-2. Responses shall include technical specifications, descriptive material and capabilities of the offerors equipment/ services. Offerors shall identify where the offered item meets or does not meet each of the Government's functional and performance minimum specifications listed herein. Questions will not be accepted after June 12, 2019. All sources wishing to furnish a quotation must respond by 2:00 p.m. central standard time, June 19, 2019. Quotations are to be addressed to Shalunda Mix, Contract Specialist, at shalunda.mix@ars.usda.gov or USDA, ARS, SEA, P. O. Box 225, 141 Experiment Station Road, Stoneville, MS 38776-0225. Additional information may be obtained by contacting the Contracting Officer by email.