|
COMMERCE BUSINESS DAILY ISSUE OF JULY 9,1999 PSA#2384USDA-ARS-SAA, Richard B. Russell Center, 950 College Station Road,
Athens, GA 30605-2720 43 -- FERTIGATION PUMPS AND ACCESSORIES SOL RFQ-023-4384-99 DUE 072299
POC Elaine Wood, 706/546-3534 WEB: Click here to download a copy of
52.212-3, www.nist.gov/admin/od/contract/repcert/html. E-MAIL: Click
here to contact the contracting officer by email, woode@ars.usda.gov.
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 will not be issued. The solicitation number
RFQ-023-4384-99 is issued as a request for quotations and incorporates
provisions and clauses that are in effect through FAC 97-09. FAR
52.219-6, Notice of Total Small Business Set-Aside is applicable to
this acquisition. The standard industrial classification code is 5084.
The small business size standard is 100 employees. This is a Brand
Name or Equal Acquisition. The USDA, ARS, intends to purchase 14 Smith
Precision Products Fertigation Pumps-part number R-4 CP, 14 Smith
Precision Products Y-Type Strainers 1 inch-part number W-1B-100, 35
Smith Precision Products Dip Tube Strainers-part number W-5093-5/8, and
35 Smith Precision Products Antisiphon Check Valves-part number 450-5S.
In the event that the Contractor offers articles pursuant to the brand
name or equal provision of this solicitation, the Contractor
guarantees that the articles supplied will meet the following salient
characteristics: 1. Water power only (for safety purposes), 2. 1" inlet
and outlet for flow rates varying from 5-20 gallons per minute, 3. Twin
injector capability for simultaneous injection of multiple materials,
4. Bronze and stainless steel construction for corrosion resistance, 5.
One to one hundred injection ratio, 6. Ability to inject sulfuric acid
through one side for pH control, 7. Double ball check valves, 8.
Proportion ratios set at factory for 95-98% accuracy, 9. No requirement
for lubrication or adjustment, 10. No possibility of rate of injection
above set valve. Delivery is required within 8 weeks ARO. Delivery is
FOB Destination to USDA, ARS, Ft. Pierce, FL To be considered for
award, offers of "equal" products, including "equal" products of the
brand name manufacturer, must- (1) Meet the salient physical,
functional, or performance characteristic specified in this
solicitation; (2) Clearly identify the item by-(i) Brand name, if any;
and (ii) Make or model number; (3) Include descriptive literature such
as illustrations, drawings, or a clear reference to previously
furnished descriptive data or information available to the Contracting
Officer; and (4) Clearly describe any modification the offeror plans
to make in a product to make it conform to the solicitation
requirements. Mark any descriptive material to clearly show the
modification. (c) The Contracting Officer will evaluate "equal"
products on the basis of information furnished by the offeror or
identified in the offer and reasonably available to the Contracting
Officer. The Contracting Officer is not responsible for locating or
obtaining any information not identified in the offer.(d) Unless the
offeror clearly indicates in its offer that the product being offered
is an "equal" product, the offeror shall provide the brand name product
referenced in the solicitation. The government anticipates award of a
contract resulting from this solicitation to the responsive/responsible
offeror whose offer conforms to the solicitation and is most price
advantageous to the government. The provision at 52.212-2,
Evaluation-Commercial Items, applies to this acquisition. The
contracting officer will make award based on price and price-related
factors. Offerors shall include a completed copy of the provision at
FAR 52.212-3, Offeror/Representations and Certifications-Commercial
Items, with its proposal. Far 52.212-4, Contract Terms and
Conditions-Commercial Items, applies to this acquisition. 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: 52.203-6; 52.203-10, 52.219-8; 52.222-26; 52.222-35,
52.222-36, 52.222-37; 52.225-3; 52.222-18; 52.225-21. 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. In the event of a conflict, the terms and
conditions of the contract shall take precedence over the standard
commercial warranty. The contractor shall provide a copy of its
standard commercial warranty (if applicable) with its response.
Responses are due 15 days from the date this notice is published in the
CBD by 4:00 pm local time, July 22, 1999, at USDA Agricultural Research
Service, 950 College Station Rd, Athens, GA 30605-2720 (or POB 5677,
Athens, GA 30604-5677). POC Elaine Wood, Contract Specialist,
706/546-3534 or fax 706/546-3444. Posted 07/07/99 (W-SN351013). (0188) Loren Data Corp. http://www.ld.com (SYN# 0269 19990709\43-0001.SOL)
43 - Pumps and Compressors Index Page
|
|