Micro Malting System
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. 12505B19S967212 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 2019-02. The NAICS code applicable to this acquisition is 334516. This requirement is set aside for small business. For a small company to qualify as a small business, the small business standard is 1,000 employees or less. The USDA, ARS, MWA, Cereal Crops Research Lab in Madison, WI has a requirement for an automated laboratory micro malting system, 1 each. This equipment will be used for the laboratory micro-malting of small (100g to 250g) barley samples submitted by national, public sector, barley researchers to provide malt for quality analyses. Experimental maltings to support more basic research questions related to malting and brewing will also be performed. End user requires vendor to meet the following minimum specifications: • Automated, Laboratory micro-malting system capable of malting 100g to 250g barley samples. • System shall be programmable for novel malting recipes, with the potential for multiple, different steep and germination periods, for each separate unit of the system. • Machine shall provide 98% humidification during germination periods. • Kiln shall force air through the grain bed, rather than around it. • Shall be fully automated and have multiple, separately-programmable tanks. • Shall be compatible with small, laboratory-scale maltings of 100g to 250g. • Shall be capable of up to 5 programmed steep periods, and 7 germination periods. • Shall be capable of up to 48 hours per programmed steep or germination period. • Shall allow temperature programming of between 10 C and 30 C. • Shall provide humidification of 98% or above during germination and steep air rests. • Shall provide data logging of Air On, Air Off, and Water temperatures during steep and germination. • Kiln shall mimic a full scale kiln by forcing air through the grain bed, not around it. • Kiln shall allow amount of air recirculation to vary from 0 to 100%. • Kilning temperature shall be variable between 30 C and 110 C. • Kiln shall be programmable with up to 7 different periods of up to 48 hours each. • Shall come with a 12 month warranty for parts and labor. 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 and 3) Company's DUNS number; 4) 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 https://www.acquisition.gov/browse/index/far 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. 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, 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 contract, however, each offeror shall include their proposed delivery schedule as part of their quotation. FAR 52.212.-2, EVALUATION - COMMERCIAL ITEM. Award will be made using lowest price technically acceptable (LPTA) evaluation criteria. Questions relating to this requirement shall be sent via email to Kristen Turner, Contracting Officer at Kristen.turner@ars.usda.gov and received no later than 3:00 PM (Central), Friday, July 5, 2019. Answers to all questions will be provided in the form of a modification to this solicitation. No phone calls will be accepted. Furnish Quotes no later than 3:00 PM (Central), Friday, July 12, 2019 to Kristen Turner, Contracting Officer at Kristen.turner@ars.usda.gov . Quotes will only be accepted via email, no phone calls will be accepted.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »