SOLICITATION NOTICE
66 -- MULTI-VESSEL FERMENTER SYSTEM
- Notice Date
- 9/3/2004
- Notice Type
- Solicitation Notice
- NAICS
- 333298
— All Other Industrial Machinery Manufacturing
- Contracting Office
- Department of Agriculture, Agricultural Research Service, North Atlantic Area Office, 600 East Mermaid Lane, Wyndmoor, PA, 19038
- ZIP Code
- 19038
- Solicitation Number
- 100-615
- Response Due
- 9/20/2004
- Archive Date
- 9/21/2004
- Point of Contact
- Regina Dennis, Purchasing Agent, Phone 215-233-6553, Fax 215-233-6485,
- E-Mail Address
-
rdennis@errc.ars.usda.gov
- Small Business Set-Aside
- Total Small Business
- Description
- The USDA, Agricultural Research Service (ARS), Fats, Oils and Animal Coproducts (FOAC) Unit is seeking to purchase a Multi-vessel Fermenter System. A multi-vessel fermenter system is needed to perform research to optimize the conditions for maximal microbial growth and production of biopolymers, biosurfactants, and other bioproducts. The USDA requires a Multi-vessel Fermenter System to be furnished and delivered (F.O.B. Destination within Consignee=s Premises) to the USDA, ARS, Eastern Regional Research Center located 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 format in FAR subpart 12.6 (current as of FAC 2001-24), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation quotations are being requested and a written solicitation will not be issued. This procurement is issued as a small business set-aside. The NAICS is 333298. The Solicitation number 100-615, is issued as a Request For Quotation (RFQ). SCHEDULE OF ITEMS - Furnish and deliver, F.O.B. Destination a Multi-vessel Fermenter System. The multi-vessel is needed for setting up simultaneous comparative fermentation studies with different fermentation conditions to arrive at the best conditions for the highest product yields. The equipment must have the following specifications and features. 1) The system must have the capability and versatility of simultaneously running one to six vessels depending on the needs of the experiment; 2) All vessels must be under the control of ONE master system control unit, and the associated control software must be provided; 3) The System must be able to control the experimental conditions (including but not limited to stirrer speed, temperature, pH, and the rate of antifoam or substrate addition) of EACH VESSEL INDEPENDENTLY; 4) Each vessel must have a working-volume capacity of 100 to 500 ml; 5) Each vessel must have at least 3 separate pumps through which reagents (such as acid, base and antifoams) or substrates (such as glucose, vegetable oil, etc) can be added; 6) Each vessel must have a rotameter to control air sparging; 7) Each vessel must have at least 3 ports to allow the iinstallation of monitoring probes such as pH, pO2 and antifoam electrodes; 8) Acceptable temperature-control range is between 5?C above coolant temperature and 60?C; 9) Stirrer speed should range from 50 to 1500 rpm; 10) The following accessories integral to the vessel configuration and operation must be included: vessels, stirrer shafts, impellers, spargers, pH electrodes, pO2 electrodes, antifoam electrode, harvest pipes, disposal filters, and exhaust gas condenser. The multi-vessel fermenter is needed to grow bacteria, yeasts and other microorganisms used in our research where agricultural products and byproducts,(including, but not limited to fats, oil, crude glycerol, soy solubles, and hydrolysates of meat-and-bone meal) are used as fermentation feedstocks to produce bio-based products. Companies with the demonstrated capability of providing this equipment must submit a descriptive statement, including descriptive literature, specifically addressing the equipment=s component=s and availability. The statement and literature must be submitted to the Contracting Office Address at the day and time specified in the synopsis. This is not a request for proposal. No solicitation is available. The items to be furnished shall be labeled with the purchase order number and delivered, all transportation charges paid by the Contractor in accordance with the F.O.B. Destination Clause to USDA, ARS, Eastern Regional Research Center. DOCUMENTATION: The Contractor shall provide operations, repair, maintenance manuals, and service instructions submitted upon delivery of the equipment. WARRANTY: The Contractor shall provide the warranty for this equipment with their offer. ADDITIONAL QUOTATION INFORMATION: Facsimile quotations are acceptable. The provision at 52-212-1, Instruction to Offerors - Commercial Items (Jan 2004), applies to this acquisition. FAR Clause 52.212-1, is amended to include the following clauses by reference: 1. Item (b) Submission of Offers is amended to include the following: Submit your quotation, warranties, descriptive literature of the proposed equipment, and the Certifications at FAR 52.212-3 to the Contracting Officer. FAILURE TO SUBMIT THIS INFORMATION MAY RENDER THE OFFER NON-RESPONSIVE. FACSIMILE OFFERS ARE ACCEPTABLE. The provision at 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. ADDENDUM TO FAR CLAUSE 52.212-2. Any resulting order will be issued to the company offering the best value to the Government, price and other factors considered. EVALUATION FACTORS FOR AWARD will be based on technical capabilities, price and price-related factors. FAILURE TO PROVIDE THE INFORMATION RELATIVE TO EACH EVALUATION FACTOR MAY RENDER YOUR OFFER NON-RESPONSIVE. a) Technical Capability will be based on technical features, and product literature. Each offeror is required to submit warranty information, descriptive literature or other documentation, and show how the offered product meets or exceeds the requirements as specified in the specifications. b) Price includes all equipment, accessories, discount terms, and transportation. Your offer shall include pricing in accordance with the SCHEDULE OF ITEMS identified above. c) Offerors shall include a complete copy of the provision at FAR 52.212-3, Offeror/Representation and Certifications-Commercial Items (May 2004), with the quotation. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2003), applies to this acquisition. ADDENDA TO FAR CLAUSE 52.212-4. The following terms and conditions are added as an addendum to this clause: 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 Contracting Officer=s duly authorized representative will inspect and accept the supplies and/or services to be provided under this contract. (b) Inspection and acceptance of the item shall be performed at: USDA, ARS, Eastern Regional Research Center, 600 East Mermaid Lane, Wyndmoor, PA 19038. 2. Item (g) Invoice is amended to include the following: The invoice shall be submitted in an original and one copy after delivery of all items. The Invoice shall be mailed to: USDA, ARS, Eastern Regional Research Center, 600 East Mermaid Lane, Wyndmoor, PA 19038, ATTN: Regina Dennis. 3. Item (o) Warranty is amended to include the following: The Contractor 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. Acceptance of the standard commercial warranty does not waive the Government=s rights under the Inspection clause nor does it limit the Government=s rights with regard to the other terms and conditions of this contract. The Contractor shall provide a copy of its standard commercial warranty with its quotation. USDA, ARS, Eastern Regional Research Center plans to award a single, firm-fixed price contract to the offeror whose quotation is most advantageous to the Government price and other factors considered. Award may be made without discussions; however, ERRC reserves the right to conduct discussions later if determined necessary by the contracting officer. This contract incorporates one or more clauses by reference, with the same force and affect as if they were given in full text. The full text of these clauses may be accessed electronically at: http://www.arnet.gov/far/. 52.214-21, Descriptive Literature ( Apr 2002); 52.214-34, Submission of Offers in the English Language (Apr 1991); 52.214-35 Submission of Offers in U.S. Currency (Apr 1991); 52.247-35, F.O.B. Destination, Within Consignee=s Premises (APR 1984); 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Jun 2004); 52.232-33 Payment By Electronic Funds Transfer -Central Contractor Registration (Oct 2003), applies to this acquisition. Responses are due by 4:00 p.m. local time, on September 20, 2004, at the USDA, ARS, Eastern Regional Research Center, Location Administrative Office, 600 East Mermaid Lane, Wyndmoor, PA 19038. Point of Contact for this acquisition is Regina Dennis, Purchasing Agent, (215) 233-6553 or fax (215) 233-6485.
- Place of Performance
- Address: USDA, ARS, Eastern Regional Research Center, 600 East Mermaid Lane, Wyndmoor, PA
- Zip Code: 19038
- Country: USA
- Zip Code: 19038
- Record
- SN00665111-W 20040905/040903211640 (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 |