SOLICITATION NOTICE
66 -- 2 LITER HIGH- PRESSURE FOOD PROCESSING SYSTEM AND ACCESSORIES
- Notice Date
- 8/27/2004
- Notice Type
- Solicitation Notice
- NAICS
- 423830
— Industrial Machinery and Equipment Merchant Wholesalers
- Contracting Office
- Department of Agriculture, Agricultural Research Service, North Atlantic Area Office, 600 East Mermaid Lane, Wyndmoor, PA, 19038
- ZIP Code
- 19038
- Solicitation Number
- RFQ-40-3615-4-08
- Response Due
- 9/13/2004
- Archive Date
- 9/28/2004
- Point of Contact
- Lisa Botella, Contract Specialist, Phone 215-233-6551, Fax 215-233-6558,
- E-Mail Address
-
lisa.botella@ars.usda.gov
- Description
- The USDA, Agricultural Research Service (ARS), requires the Contractor to furnish, deliver (F.O.B. Destination, within Consignee's Premises) and install a new High-Pressure Food Processing System and Accessories at the USDA, ARS, NAA, Eastern Regional Research Center (ERRC) in Wyndmoor, Pennsylvania in accordance with the terms, conditions, and specifications contained in this document. This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulations, FAC 2001-24, as supplemented with additional information included in this announcement. Quotations are being requested and a written solicitation will be available on the FBO website. The Solicitation Number RFQ 40-3615-4-08 is issued as a Request for Quotation (RFQ). The NAICS is 423830 with a size standard of 500 employees. This procurement is unrestricted. It is the offeror's responsibility to monitor the site for release of amendments (if any) and any other related documents and if interested to submit their company name, address, telephone and facsimile number to the Contracting Officer by facsimile only. A.1 - SCOPE OF WORK - The USDA, Agricultural Research Service (ARS), requires the Contractor to provide all labor, equipment, materials, tools, assembly and supervision to furnish, deliver and install a new 2 Liter High-Pressure Food Processing System, Accessories and a Spare Parts Kit. The Government will use the system to inactivate pathogenic bacteria and spores on foods (liquid and solid). A.2 -SCHEDULE OF ITEMS - The Contractor shall furnish, deliver and install a new 2 Liter High-Pressure Food Processing System, Accessories and a Spare Parts Kit in accordance with the terms, conditions, and specifications contained in this document: ITEM NO. 01, High Pressure Food Processing System, QTY: 1, UNIT: EA, UNIT PRICE: $, AMOUNT: $. ITEM NO. 02, IBM Compatible Personal Computer With windows software, 17" color monitor and ink-jet printer, QTY: 1, UNIT: EA, UNIT PRICE: $, AMOUNT: $. ITEM NO. 03, INSTALLATION, QTY: 1, UNIT: JB, UNIT PRICE: $, AMOUNT: $. ITEM NO. 04, ACCEPTANCE TESTING, QTY: 1, UNIT: JB, UNIT PRICE: $, AMOUNT: $. ITEM NO. 05, TRAINING, QTY: 1, UNIT: JB, UNIT PRICE: $, AMOUNT:$. ITEM NO. 06, SPARE PARTS KIT, QTY: 1, UNIT: EA, UNIT PRICE: $, AMOUNT: $. ITEM NO. 07, EXTENDED WARRANTY, QTY: 1, UNIT: YR, UNIT PRICE: $, AMOUNT: $. NOTE: The Contractor shall include the freight cost in the price of the line item in accordance with the F.O.B. Destination, Within Consignee?s Premises clause. All equipment and components shall be fabricated with new materials. Used materials are unacceptable. ALL THIS FOR A TOTAL OF $. A.3 - "BRAND NAME OR EQUAL" INFORMATION - AVURE Technologies, 9256 Maxwell Court, Laurel Md 20723. ITEM NO. 01 - PRODUCT NO. A-13851-4 - ITEM(S)- 2 liter High-Pressure Food Processing System. ITEM NO. 02 - PRODUCT NO. A-13851-4 - ITEM(S) - IBM Compatible Personal Computer with windows software, 17" color monitor and ink-jet printer. ITEM NO. 03 - PRODUCT NO. TS1010 - ITEM(S) - Installation and Start-Up. ITEM NO. 04 - PRODUCT NO. Not available - ITEM(S) - Acceptance Testing. ITEM NO. 05 - PRODUCT NO. Not available - ITEM(S) - Training. ITEM NO. 06 - PRODUCT NO. A-18825 - ITEM(S)- Spare Parts Kit. A.4 - TECHNICAL SPECIFICATIONS - The High-Pressure (HP) Food Processing System consists: one (1) Dual wall, 2-liter, processing vessel with stainless steel liner and yoke frame pressure containment; one (1) stainless steel FLOW intensifier-based electrohydraulic pumping system; one (1) Water circulation system with heating and cooling, and Electrical power system. The control module consists of an IBM-Compatible personal computer based system with 17 inch color monitor, Ink Jet printer and PLC process controller, and a desktop module with control buttons, emergency stop button, indicator lights/alarms for system status, capable of storing 50 recipes with one increasing pressure ram and an adjustable temperature set-point. The system must meet the following minimum specifications: a) "BRAND NAME OR EQUAL TO" AVURE Technologies - 2 liter High-Pressure Food Processing System. b) Pressure Vessel must attain at least 690 MPa (100,000 psi). c) Have a minimum temperature between 10 Degrees Celsius (50 degrees Fahrenheit) and 90 degrees Celsius (194 degrees Fahrenheit). d) Operable in automatic and manual modes. e) Designed to ASME Section VIII Division 3 Safety Requirement. Maximum unit size dimensions: six (6) ft. width by six (6) ft. length by six (6) ft. height. Also see delivery requirements shown in Section A.13. A.5 - SECTION 508 ACCESSIBILITY COMPLIANCE CLAUSE - All Electronic and Information Technology (EIT) procured through this Contract must meet the applicable accessibility standards at 36 CFR 1194, unless an agency exception to this requirement exists. (36 CFR 1194 implements Section 508 of the Rehabilitation Act of 1973, as amended, and is viewable at: http://www.section508.gov/, then go to 508 Law. The following standards have been determined to be applicable to this contract: 194.21, 1194.25 and 1194.26. The Contractor must note in the schedule whether each product or service is compliant or noncompliant with the accessibility standards at 36 CFR 1194. For each item that is identified as compliant the Contractor shall provide evidence or verification of compliance. The proposal must indicate where full details of compliance can be found (e.g schedule attachment, vendor's website or other readily available location (specify). A.6 - YEAR 2000 COMPLIANCY - (b) Any information technology provided, operated and/or maintained under this contract is required to be Year 2000 compliant. To ensure this result, the Contractor shall provide documentation describing how the IT items or services demonstrate Year 2000 compliance, consisting of: standard product literature or test reports. (c) The Contractor warrants that any IT or service under this contract that involve the processing of date and date-related data are Year 2000 compliant. If the contract requires that specific listed products must perform as a system in accordance with the foregoing warranty, then the warranty shall apply to those listed products as a system. (d) The remedies available under this warranty shall include repair or replacement, at no additional cost to the Government, of any provided items or service whose non-compliance is discovered and made known to the contractor in writing within 90 days after acceptance. In addition, all other terms and limitation of the Contractor?s standard commercial warranty or warranties shall be available to the Government for the IT items or services acquired under this contract. Nothing in the warranty shall be construed to limit any rights or remedies the Government may otherwise have under this contract with respect to defects other than Year 2000 performance. A.7 - SOFTWARE - The Contractor shall provide all necessary windows-based software and upgrades for the life of the equipment. The Government may require customization of the software. A.8 - SPARE PARTS KIT - The Contractor shall provide the following at a minimum: 3 each - Rupture Disc; 4 each - U-Cup Vessel Seal (top and Bottom); 10 each - Vent Cup O-Ring; and 1 each of the following: Filter Element (1 micron), High-Pressure Pump Spare Parts Kit, Back-Up Wedge Ring (Top and Bottom), Retaining Ring (Vent Cup - U-Cup Seal), Spacer Ring, Thermocouples (Short and Long), Vent Cup Plug, Kluberplex Grease (1 Kg). A.9 - INSTALLATION, SET-UP AND ACCEPTANCE TESTING - The Contractor shall be responsible for performing the installation, set-up and the acceptance testing requirements to ensure the system is fully functional for it?s intended purpose within one (1) week after delivery. The date and time for installation shall be coordinated by the Contractor with the TR at least four (4) weeks prior to delivery. The Contractor shall perform installation and start-up within 1 week after delivery. A.10 - TRAINING - The Contractor shall provide a minimum of 1-day training on-site at the ERRC for a maximum of 6 people and include all pertinent training materials. The date and time shall be coordinated by the Contractor with the TR (to be named at time of award) at least 4 weeks prior to delivery. Training shall be completed within 1 week after delivery. A.11 - CONTRACTOR'S BRAND NAME AND INFORMATION - Offeror's are required to identify the brand and type of equipment offered in the space below: ITEM DESCRIPTION; BRAND NAME; MAKE / MODEL. (Continue on a separate sheet.) The Contractor shall provide two sets of the descriptive literature even if literature has been submitted previously. Failure to submit this literature may render the offer non-responsive on the Technical evaluation criteria and ineligible for contract award. A.12 - 52.214-21 DESCRIPTIVE LITERATURE (MAY 2001) applies . A.13 - 52.211-8 TIME OF DELIVERY (JUN 1997) - (a) The Government requires delivery to be made according to the following schedule: REQUIRED DELIVERY SCHEDULE: ALL ITEMS WITHIN 90 DAYS AFTER RECEIPT OF THE NOTICE OF AWARD. If the offeror proposes no other delivery schedule, the required delivery schedule above will apply. OFFEROR'S PROPOSED DELIVERY SCHEDULE: ALL ITEMS BY: (date). (b) Attention is directed to the Contract Award provision of the solicitation that provides that a written award or acceptance of offer mailed, or otherwise furnished to the successful offeror, results in a binding contract. The Government will mail or otherwise furnish to the offeror an award or notice of award not later than the day award is dated. Therefore, the offeror should compute the time available for performance beginning with the actual date of award, rather than the date the written notice of award is received from the Contracting Officer through the ordinary mails. However, the Government will evaluate an offer that proposes delivery based on the Contractor's date of receipt of the contract or notice of award by adding: (1) five calendar days for delivery of the award through the ordinary mails, or (2) one working day if the solicitation states that the contract or notice of award will be transmitted electronically. (The term "working day" excludes weekends and U.S. Federal holidays.) If, as so computed, the offered delivery date is later than the required delivery date, the offer will be considered nonresponsive and rejected. A.14 - ADVANCE NOTIFICATION OF DELIVERY - The Contractor shall provide the addressee advance notification of delivery. Such notice shall be provided in writing to the Technical Representative (TR) with a copy to the Contracting Officer (CO), not less than four (4) weeks prior to delivery. The Contractor shall provide at least 72 hours advance notice in writing to the TR prior to actual delivery. Collect calls will not be accepted. A.15 - DELIVERY INFORMATION - The Contractor shall furnish and deliver one shipment with all the items listed in the Schedule and shall be delivered to the USDA, ARS, Eastern Regional Research Center (ERRC), 600 East Mermaid Lane, Wyndmoor, PA 19038- 6598, Attn.: Shipping and Receiving. The item(s), as specified in this document, shall be delivered between the hours of 8:00 a.m. and 3:00 p.m., Monday through Friday (excluding Federal holidays) within ninety (90) calendar days after receipt of the notice of award. All shipments shall identify the purchase order number on the label. A.16 - PACKING AND SHIPPING - The Contractor shall be responsible for shipping the components. The Contractor shall pack each item for shipment in a new container in such a manner that will ensure acceptance by common carrier and safe delivery at the destination. Containers and closures shall comply with the Interstate Commerce Regulation, Uniform Freight Classification Rules, or regulation of other carriers as applicable to the mode of transportation. The items to be furnished hereunder shall be labeled with the purchase order number or the name of the credit card holder and delivered, all transportation charges paid by the Contractor in accordance with the F.O.B. Destination, Within Consignee?s Premises. A.17 - WARRANTY - The Contractor shall provide a one-year commercial warranty on the equipment and a standard commercial software warranty. Both warranties begin from the acceptance date by the Government. A.18 - EXTENDED SERVICE CONTRACT - The Contractor shall provide copies of their extended service contracts, price list and identify if a cost reduction is available when purchased with the equipment. A.19 - DOCUMENTATION - The Contractor shall provide two (2) sets of the installation specifications and drawings to the Technical Representative (TR) within 14 calendar days after receipt of the notice of award. The Contractor shall provide two (2) copies each of the operations, repair, maintenance manuals, lubrication and service instructions, operating instructions and software manuals and upon delivery of the equipment. The Contractor shall provide all Software upgrades to the TR within five (5) workdays after issuance for an indefinite period. All documentation shall identify the purchase order number on the label. Final payment shall not be made unless and until the equipment and documentation have been accepted by the TR. A.20 - GOVERNMENT RESPONSIBILITY - The USDA, ARS, ERRC will be responsible for the installation of the facilities electrical connections only. A.21 - DESIGNATION OF CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE - The Contracting Officer shall designate the Technical Representative (TR) at the time of contract award. B.1 - FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. B.2 - ADDENDA TO FAR CLAUSE 52.212-4 - 1. Item (a) Inspection and Acceptance is amended to include the following: AGAR 452.246-70 INSPECTION AND ACCEPTANCE (FEB 1988). (a) The Contracting Officer or the Technical Representative will inspect and accept the supplies to be provided under this contract. (b) Inspection and acceptance of the item shall be performed at the field site: USDA, ARS, NAA, EASTERN REGIONAL RESEARCH CENTER (ERRC), 600 E. MERMAID LANE, WYNDMOOR, PA 19038. 2. Item (g) Invoice is amended to include the following: INVOICES - An original invoice shall be submitted after acceptance of all items, sent to Lisa Botella (see below) and includes at a minimum the following information: Name of business concern, invoice number and invoice date; Tax Identification Number; Contract number; Description, price, and quantity of item(s) actually delivered; Shipping and payment terms; Name, title, phone number, and complete mailing address of responsible official to whom payment is to be sent. B. All invoices shall be submitted to: USDA, ARS, NAA CONTRACTING OFFICE, 600 E. MERMAID LANE, WYNDMOOR, PA 19038, ATTN.: Lisa Botella. C. If the order is paid by a Government Visa Credit Card, the Contractor shall provide a copy of the packing slip and a Visa charge receipt to the Cardholder. All information shall be submitted to: USDA, ARS, NAA CONTRACTING OFFICE, 600 E. MERMAID LANE, WYNDMOOR, PA 19038, ATTN.: Lisa Botella. B.3 - FAR 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS applies to this acquisition. The following FAR clauses cited in 52.212-5 are applicable to this acquisition for supplies: 52.203-6; 52.219-8; 52.219-14; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.225-5; 52.232-33; 52.232-36; 52.247-64. B.4 - ADDENDA TO FAR CLAUSE 52.212-5 - 1. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. The full text of these clauses may be accessed electronically at this address: http://www.arnet.gov/far/ and AGAR Clauses at http://www.usda.gov/procurement/policy/agar.html. 52.204-4;52.211-6; 52.214-34; 52.214-35; 52.225-8, Duty Free Entry; 52.227-19; 52.228-5; 52.232-18; 52.232-19; 52.242-17; 52.247-35, F.O.B. Destination, Within Consignee?s Premises; AGAR Clause 452.228-71. C.1 - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS - There are no attachments for this requirement. D.1 - The provision at 52-212-1, INSTRUCTION TO OFFERORS - COMMERCIAL ITEMS, applies to this acquisition. D.2 - ADDENDA TO FAR CLAUSE 52.212-1 - 1. BIDDERS MAILING LIST - Potential offeror's are required to provide the following mandatory information to establish a bidder's mailing list: Company name, street address, telephone, fax and contact name. The request to get on the bidder's mailing list must be faxed to the Contracting Officer at (215) 233-6558 and reference Solicitation No. RFQ 08-3615-04. OFFERS SENT BY E-MAIL OR FAX ARE NOT ACCEPTABLE. 2. Item (b) Submission of Offers is amended to include the following: Submit your offer, acknowledgment of amendments (if any), the Schedule of Items (A.2), Section 508 Accessibility Compliance Clause (A.5), Year 2000 Compliance Clause (A.6), Contractor's Brand Name and Information (A.11); Descriptive Literature (A.12), Time for Delivery (A.13); Warranty (A.17) Extended Service Agreements (A.18); catalog pricing sheet(s), Other Offeror's Information (D.2., item 3), Evaluation Information (D.4), the Certifications at FAR 52.212-3 (D.6) to Lisa M. Botella, USDA, ARS, North Atlantic Area, Contracting Office, 600 East Mermaid Lane, Wyndmoor, PA 19038. 2. Item (c) Period for acceptance of offers is amended to include the following: The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers. 3. OTHER OFFEROR'S INFORMATION - A. Please complete the following: i. Our company [ ] does, [ ] does not accept a Government Visa Credit Card. ii. Our company [ ] does, [ ] does not accept a Government Purchase Order (PO). iii. Our company [ ] does, [ ] does not accept a Government Convenience Check. B. Contractor's are reminded to register in the CCR Database (see Item D.1 (k).) C. It is the Contractor's responsibility to be familiar with applicable clauses and provisions. D.3 - AGAR 452.204-70 INQUIRIES (FEB 1988) - Inquiries and all correspondence concerning this solicitation should be submitted in writing and can be faxed to the Contracting Officer at (215) 233-6558. Offerors should contact only the Contracting Officer issuing the solicitation about any aspect of this requirement prior to award. D.4 - 52.212-2 EVALUATION - COMMERCIAL ITEMS applies to this acquisition. (i) Technical Capability of the item offered to meet the Government requirement (including the required delivery date); (ii) Past performance which will be scored on a "Pass/Fail" basis; and (iii) Price. Technical Capability and Past Performance, when combined, are more important than Price. D.5 - ADDENDUM TO FAR CLAUSE 52.212-2 - 1. Deletes item D.3(b); 2. EVALUATION FACTORS FOR AWARD - The Government intends to make an award based on the technically acceptable offer with the lowest evaluated price that can meet the required delivery date (see item A.13). A. TECHNICAL CAPABILITY OF THE FIRM - Technical capability will be based on manufacturer or brand name and model of the items and product literature, technical features and warranty provisions. Each Offeror is required to submit the above documentation (i.e., catalog cut sheet, a written statement, descriptive literature, or other documentation, manufacturer or brand name of the item, warranty and required delivery date and show how the offered item and/or product meets each of the requirements specified commercial price list,) and show how the offered product meets or exceed the requirements as identified in the Specifications. Failure to provide the information relative to each evaluation factor may render your offer non-responsive. B. PAST PERFORMANCE - Past performance history may be based on the Contracting Officer's knowledge of any previous history of this type of work, customer surveys or any other verifiable information available to the Contracting Officer. Past performance will be scored on a "Pass/Fail" basis. In order to be considered for a contract award, the Contractor shall provide a list of three (3) contracts of a same nature and complexity that were awarded within the past three (3) years or that is/are currently in force. This information must be submitted with your offer. For each contract, list the following: 1. Name, address, and telephone number of the contracting organization, the Contractor?s Project Officer and Government Contracting Officer. 2. Contract number, type, and dollar value. 3. Item (description) purchased. 4. Date of contract, period of performance and price. 5. List any contract(s) terminated for convenience or default (partial or complete) within the past three (3) years. Include the contract number, name, address, and telephone number of the terminating officer. C. PRICE - Price includes all labor, equipment, materials, assembly, warranty, transportation, shipping, installation, training, travel, extended warranties and any discount terms. D.6 - Offeror's shall include a complete copy of the provision at FAR 52.212-3, OFFEROR REPRESENTATION AND CERTIFICATIONS - COMMERCIAL ITEMS. An authorized representative of the offeror must sign these representations and certifications and return then with the offer. ADDITIONAL QUOTATION INFORMATION: This solicitation and any other documents related to this procurement will be available electronically at the Internet site http://www.fedbizopps.gov. Potential offeror's will be responsible for downloading their own copy of the solicitation, monitoring the site for release of amendments (if any) and any other related documents. Potential offeror's are required to provide the following mandatory information to establish a bidder's mailing list: Company name, street address, telephone, fax and contact name. The request to get on the bidder's mailing list must be faxed to the Contracting Officer at (215) 233-6558 and reference Solicitation No. RFQ 40-3615-4-08. OFFERS SENT BY E-MAIL OR FAX ARE NOT ACCEPTABLE. Offers are due by September 13, 2004 by 2:00 p.m. local time, at the USDA, Agricultural Research Service, Contracting Office, 600 East Mermaid Lane, Wyndmoor, PA 19038. The POC for this requirement is Lisa Botella (215) 233-6551.
- Place of Performance
- Address: USDA, ARS, NAA, EASTERN REGIONAL RESEARCH CENTER (ERRC), 600 E. MERMAID LANE, WYNDMOOR, PA
- Zip Code: 19038
- Country: United States
- Zip Code: 19038
- Record
- SN00658859-W 20040829/040828100355 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |