COMMERCE BUSINESS DAILY ISSUE OF AUGUST 22, 2001 PSA #2920
SOLICITATIONS
37 -- 4 TIER SUPER BROODER
- Notice Date
- August 20, 2001
- Contracting Office
- Department of Agriculture, Agricultural Research Service, Beltsville Area, ANRI, ASU, 10300 Baltimore Blvd., Bldg. 209 BARC EAST, Beltsville, MD, 20705
- ZIP Code
- 20705
- Solicitation Number
- 3K45-NW-017
- Response Due
- September 5, 2001
- Point of Contact
- Nancy Woodhouse, Purchasing Agent, Phone 301-504-8012, Fax 301-504-8696, Email nancyw@anri.barc.usda.gov -- John Wilkinson, Purchasing Agent, Phone 301-504-5799, Fax 301-504-8696, Email johnw@anri.barc.usda.gov
- Description
- This is a combined synopsis/solicitation for commercial items identified below, 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; offers are being requested and a written solicitation will not be issued. This solicitation number: 3K45-NW-017 is issued as a Request for Quotation (RFQ), and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 97-27. This procurement is unrestricted. The North American Industry Classification=20 System (NAICS) code is 333111, with a small business size standard of 500 employees. The Government intends to negotiate non-competitively with Alternative Design, P.O. Box 3055, Siloam Springs, Arkansas 72761, under the authority 41 U.S.C. 253 (1) when there is a reasonable basis to conclude that the agency?s minimum needs can only be satisfied by one responsible source and no other supplies will satisfy the agency requirement. U.S. Department of Agriculture intends to procure the following item: 4 Tier Super Brooder. The following are the GENERAL MINIMUM REQUIREMENTS for the above item. Constructed of 304 stainless steel with a solid welded construction frame. The cage floors and dividers are made of stainless steel wire on ?? x ?? spacing framed by a solid stainless rod. The dividers and floors are easily removable through the end doors of each level. The doors on the end of each level are fitted with 2 adjustable nipple drinkers providing 2 drinkers per cage. This unit has 3 litter pans per tier. There is a heater element on each level; the heater element is a WATROD double-ended element. The element is paced in a solid stainless steel case with a ?? x ?? grid. Each heating element is controlled by a thermocouple input, temperature controller. Easy temperature setting with an accuracy of plus or minus 2 degrees. Each heating element plugs into the control panel that mounts in the middle of the Brooder on the backside. It can be easily removed by unplugging each element and the control panel lifts off for easy cleaning. Each heating element is removed by removing the divider panel of each side of each level. The feeders are made of stainless steel and are adjustable for different feed restrictions. The feeders hang on the front of each cage; feeders and feed doors are easily removable. The access doors into the brood area are made of clear polycarbonate and mounted on stainless steel hinges that swing out for easy access. The dimensions are 74 ?? tall x 78 3/8? long x 29? wide. Each level has 15? height per tier. This unit has 16 cages with 546 square inches per cage. LINE ITEM 1, 4 Tier Super Brooder, 4 each and LINE ITEM 2, shipping charges, 1 lot. Delivery is requested to the Beltsville Agricultural Research Center, Beltsville, Maryland. Delivery is required 90-120 days. This solicitation incorporates the following FAR clauses, provisions, and addendums: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2 Evaluation-Commercial Items: 52.212-3 Offeror Representations and Certifications-Commercial Items, 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. In paragraph (B) of 52.212-5, the following apply: 52-203-6, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.225-13, and 52.232-34. 52.222-70 COMPLIANCE WITH VETERANS EMPLOYMENT REPORTING REQUIREMENTS (JAN 1999) (DEVIATIONS) (USDA). (a) The offeror represents that, if it is subject to the reporting requirements of 38 U.S.C. 4212 (d) (i.e., the VETS-100 report required by FAR Clause 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era), it has [ ], has not [ ], submitted the most recent report required by 38 U.S.C. 4212 (d), (b) An offeror who checks ?has not? may not be awarded a contract until the required report is filed. CONTRACT PAYMENT (MANDATORT INFORMATION FOR ELECTRONIC FUNDS TRANSFER) Electronic Funds Transfer compliance with 31 CFR 208. To facilitate EFT for contract payments, FAR Clauses 52.232-34 and 52.232-35 (31 CFR Part 208) requires te submission of information by the contractor to the payment office. Upon award, the contractor shall contact the Miscellaneous Payments Section at the National Finance Center (NFC) to initiate the enrollment process of the Vendor Express Program (VXP), which will result in a number being assigned to the contractor for payment under EFT. NFC can be reached at 1-800-421-0323 or at www.nfc.udsa.gov. All offerors must include completed copies of 52.212-3 (Representations and Certifications) and 52.222-70 (Compliance with Veterans Employment Reporting Requirements). Fax quotations are acceptable to Nancy Woodhouse at (301) 504-8696 on or before September 5, 2001 at 4:30 p.m. (EST). All responses WILL be evaluated in order to determine the ability to meet the above stated capabilities. Responses shall include technical specifications, literature, brochures and other such information corresponding to each minimum required item, which demonstrates the capabilities of the offeror?s equipment. Offerors shall identify where the offered item meets or does not meet each of the Government?s functional and performance minimum specifications listed herein. The Government will award a contract resulting from this solicitation to the responsive/responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The anticipated award date is September 12, 2001. All responsible sources may submit a quotation, which shall be considered by the agency.
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/spg/USDA/ARS/ANRI-ASU/3K45-NW-017/listing.html)
- Record
- Loren Data Corp. 20010822/37SOL002.HTM (D-232 SN50V456)
| 37 - Agriculture Machinery and Equipment Index
|
Issue Index |
Created on August 20, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|