SOLICITATION NOTICE
37 -- COLD TEMPERATURE PLANT INCUBATOR - STATEMENT OF WORK
- Notice Date
- 8/1/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Agricultural Research Service - Pacific West Area
- ZIP Code
- 00000
- Solicitation Number
- 12052118S0004
- Archive Date
- 9/6/2018
- Point of Contact
- Brian Fien, Phone: (509)335-3349
- E-Mail Address
-
brian.fien@ars.usda.gov
(brian.fien@ars.usda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- SOW 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; quotations are being requested and a written solicitation is attached. The solicitation number is 12052118S0004 and is issued as a request for quotation (RFQ). The acquisition is a 100% Small Business Set-Aside. The NAICS code is 334516, business size standard is 1000. This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2005-101. The Government intends to issue a firm-fixed price service contract for this requirement. The USDA, Agricultural Research Service, Washington State University 1452 Johnson Ave, Pullman, WA 99164 has a requirement for three (3) cold temperature plant incubators. Requirement: 3 incubators. The initial purchase will be for one (1) incubator with the option to purchase two (2) additional incubators. The optional two incubators will be purchased after the first incubator is delivered and field tested in the month of July in order to ensure the incubators will meet the Government's need and work under the harsh environmental conditions that the incubator will be working under. See attached specifications for specific requirements. Each offeror shall include their proposed delivery schedule (in days after award) as part of their quotation. Acceptance and FOB point are destination The following clauses and provisions apply to this acquisition. 52.217-4 -- Evaluation of Options Exercised at Time of Contract Award. As prescribed in 17.208 (b), insert a provision substantially the same as the following: Evaluation of Options Exercised at Time of Contract Award (Jun 1988) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate the total price for the basic requirement together with any option(s) exercised at the time of award. (End of Provision) 52.217-6 -- Option for Increased Quantity. As prescribed in 17.208 (d), insert a clause substantially the same as the following: Option for Increased Quantity (Mar 1989) The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor after initial delivery and field tested during summer months of 2019 (earlier if delivery and weather conditions allow proper usage under harsh weather conditions) in order to ensure the incubators will meet the Governments need and work under the harsh high temperature environmental conditions that the incubator will be working under.. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree. (End of Clause) 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, with the following clauses; 52.219-6 Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Equal Opportunity for Workers with Disabilities; 52.223-9 Estimate of Percentage of Recovered Material Content for EPA-Designated Items; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-1 Buy American-Supplies; 52.232-33, Payment by Electronic Funds Transfer-System for Award Management; 52.233-3, Protest after award; 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE; 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS; 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS, with this offer; a copy of this provision may be obtained at www.acquisition.gov/far. Contractors intending to conduct business with the Federal Government MUST register with the System for Award Management (SAM) database prior to submitting quotation. The SAM is the Government repository, which retains information on Government contractors. 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. Potential offerors will be responsible for downloading their own copy of these documents (if any). It is the offerors responsibility to monitor the site for release of the solicitation and any related documents. Furnish quotations to Brian Fien, Purchasing Agent at Brian.Fien@ars.usda.gov, no later than the response date and time listed in this solicitation. Quotations must be received by email, facsimile, or mail.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/74ef6a0e39106eb2e7a7f4a130b262ff)
- Place of Performance
- Address: LMA BUILDING SPILLMAN FARM, 1452 JOHNSON AVE, PULLMAN, Washington, 99164, United States
- Zip Code: 99164
- Zip Code: 99164
- Record
- SN05016265-W 20180803/180801231634-74ef6a0e39106eb2e7a7f4a130b262ff (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 |