SOLICITATION NOTICE
66 -- Homogenizer - 52.212-3
- Notice Date
- 8/9/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333249
— Other Industrial Machinery Manufacturing
- Contracting Office
- Agricultural Research Service - Midwest Area
- ZIP Code
- 00000
- Solicitation Number
- AG-51LA-S-16-0002
- Archive Date
- 9/3/2016
- Point of Contact
- Christine Gunterman, Phone: 309-681-6481
- E-Mail Address
-
christine.gunterman@ars.usda.gov
(christine.gunterman@ars.usda.gov)
- Small Business Set-Aside
- N/A
- Description
- 52.212-3 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-51LA-S-16-0002 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 2005-89. The NAICS code applicable to this acquisition is 333249. For a company to qualify as a small business, the small business standard is 500 employees or less. USDA, ARS, National Center Agricultural Utilization Research (NCAUR), Peoria, IL, Bioenergy (BER) Research Unit, has a requirement/need for a contractor to provide and deliver a High speed, high pressure homogenizer. The instrument must meet the following technical specifications: 1. The homogenizer vessel, rotor, stator, lid, valves, and fittings (i.e. all wetted parts) will be constructed of 316 stainless steel. 2. The homogenizer will be of a bottom drive arrangement with a minimum rotor tip speed of 7000 fpm and will include a shaft seal system rated for a minimum of 200 psi pressure at a temperature of 200 degrees Centigrade. The vessel, and shaft seal system, must be rated for use with dilute sulfuric acid and dilute ammonia at process temperatures and pressures. The vessel will be a 316 stainless steel ASME Code vessel designed and stamped for 200 psig internal at 200degC and will include a heating/cooling jacket rated for 200 psi steam use. Jacket will be cooled with de-ionized water. Jacket inlet and outlet fittings will be ½" NPT half couplings welded to the jacket outer wall. The internal vessel dimensions will be 7" to 8" inside diameter with an overall internal height of 18". The bolted vessel cover will be stainless steel and include two welded 1/2"NPT half couplings for use with an included 4" diameter vessel pressure gauge and the 1/2"NPT pressure relief valve, and a single standard 2" and two standard 1" Tri Clover stubs with flanges, caps and clamps. Vessel will include a 1" nipple welded into the bottom sidewall and a 1"harvest valve rated for vessel operating temperature, pressure, and pH. Vessel and jacket will both include pressure relief valves set for 200psi. 3. This homogenizer will be driven by a 10 horsepower, 480 Volt/60Hz/3 phase TEFC motor. The motor will be appropriately rated for the homogenizer's operational load and will be controlled by a variable frequency drive in a NEMA 1 enclosure. Power will be transferred to the operating shaft of the homogenizer unit by a fully guarded V-belt drive arrangement to give a final rotor tip speed of at least 7,000 feet per minute. 4. Homogenizer will include a 4" diameter wide slot rotor and stator assembly. An assortment additional of matching rotor/stator components with medium and fine slots shall be available for future purchase. Rotor and stator components must be easily removable and replaceable. 5. Unit will include a seal and bearing lubrication and cooling supply system to include oil supply pot, oil cooling system, and all interconnecting piping. 6. The homogenizer will be of a unitized layout (with or without casters) and will include a fully plumbed, wired, and interconnected vessel, drive motor, shaft seal and supply system, variable frequency drive and electrical controls. Homogenizer will require only on-site single point mains power connection, seal cooling water, and jacket supply/return connections by the purchaser to be fully operational. DESCRIPTIVE LITERATURE: Offerors shall submit 2 copies of the descriptive literature (with pictures) describing their proposed equipment with enough detail to ascertain whether the equipment meets the criteria listed above. DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award Offerors shall provide 1) a Quote on company letterhead including company DUNS#, detailing the item description, unit price per item, total price and valid for at least 60 days after receipt of quote; 2) at least 3 to 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) 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/far or see attachment 1 to download a copy. 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 provisions and clauses apply to this acquisition and can be found in full text at http://www.acquisition.gov/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 Award Management. (ALL OFFERORS MUST BE REGISTERED IN THE SYSTEM FOR AWARD MANAGEMENT (SAM) 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 52.240-10, Reporting Executive Compensation and First Tier Subcontract Awards, Far 52.222-3, Convict Labor (E.O 11755), FAR 52-222-19, Child Labor, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.225-13, Restriction on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-central Contractor Registration (31 U.S.C. 3332), far 52.232.36, Payment by Third Party (31U.S.C. 3332), FAR 52.233-2 Service of Protest and FAR 52.233-3 Protest After Award. The FAR clauses may be viewed at http://www.acquisition.gov/comp/far/loadmainre.html DELIVERY: FOB Destination. Delivery to: USDA-ARS-NCAUR, Peoria, Illinois. QUOTE PRICE MUST INCLUDE any installation, freight or shipping, as well as any applicable duties, brokerage, or customs fees. DELIVERY DATE DUE: The Government requires delivery on or before 60 days ARO, however, each offeror shall include their proposed delivery schedule as part of their quotation. FAR52.212-2, 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 based on Lowest price Technically Acceptable (LPTA) using simplified acquisition procedures. "LPTA" means the expected outcome of the acquisition that, results from selection of the technically acceptable quote with the lowest evaluated price. 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. 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. Furnish Quotes to Chris Gunterman, Contracting Officer, USDA, ARS, MWA, 1815 N. University St. Peoria, IL 61604, no later than 12pm (CST), August 19, 2016. Quotes and other requested documents may be provided by email to christine.gunterman@ars.usda.gov or facsimile to (309) 681-6682 if desired. Additional information may be obtained by contacting the Contracting Officer at (309) 681-6481
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/10ff151b3379913bc57509d124cf5c37)
- Place of Performance
- Address: USDA-ARS-NCAUR, 1815 N. University St., Peoria, Illinois, 61604, United States
- Zip Code: 61604
- Zip Code: 61604
- Record
- SN04216421-W 20160811/160810000120-10ff151b3379913bc57509d124cf5c37 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |