Search Contract Opportunities

Automatic Kjeldahl Digestor and Distillation System   2

ID: 12405B22Q0288 • Type: Synopsis Solicitation

Description

Posted: July 28, 2022, 9:23 a.m. EDT

The specifications have been adjusted. A new revised specification document has been added. This solicitation has been extended until August 5th at 4:00 PM. Questions can be asked until August 3 until 3:00 PM.

This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in 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 number 12405B22Q0288 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. The associated NAICS code is 334516 (Analytical Laboratory Instrument Manufacturing), with a small business size standard of 1,000 Employees.
USDA, ARS, CPSWP

2611 West Lucas Street

Florence, SC 29501

Is looking for procurement of an Automatic Kjeldahl Digestor and Distillation System that fits into the associated Specifications.

The Government anticipates award of a Firm Fixed Price contract.
Each offer must show a breakdown giving price of each element, provide descriptive literature or information showing that the offered items meet all parts of the Equipment Requirements.
Vendors responding to this announcement shall submit their quote in accordance with FAR 52.212-1. Submission of quote shall include the following: (1) Technical Specifications and (2) Price (to include shipping).
Electronic submissions are preferred. Please email all quotes to lynn.hults@usda.gov. NO LATE QUOTES WILL BE ACCEPTED.
The basis for award is Lowest Price Technically Acceptable. "LPTA" means the expected outcome of the acquisition that result from selection of the technically acceptable proposal with the lowest evaluated price. Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Technical Specifications, (2) Price, and must also have satisfactory Past Performance.
INSPECTON AND ACCEPTANCE TERMS: Supplies will be inspected by requiring office's technical representative and accepted at destination.
The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition: FAR 52.202-1 Definitions; FAR 52.203-5 Covenant Against Contingent Fees; FAR 52.203-6 Restriction on Subcontractor Sales to the Government; FAR 52.203-7 Anti-Kickback Procedures; FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights; FAR 52.204-7 Central Contractor Registration; FAR 52.204-10 Reporting

Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-14 Service Contract Reporting Requirements; FAR 52.204-16 Commercial and Government Entity Code Reporting; FAR 204-17 Ownership or Control of Offeror; FAR 52.204-18 Commercial and Government Entity Code Reporting; AGAR 452.204-70 Inquiries; FAR 204-19 Incorporation by Reference of Representations and Certifications; FAR 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; AGAR 452.209-71 Assurance Regarding Felony Conviction or Tax Delinquent Status for Corporate Applicants; FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation- Commercial Items (filled in as follows: Technical specifications and price); FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; FAR 52.216-24 Limitation of Government Liability; FAR 216.25 Contract Definitization; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-28 Post Award Small Business Program Re-representation; AGAR 452.219-70 Size Standard and NAICS Code Information; FAR 52.222-3 Convict Labor; FAR 52.222-17 Non-displacement of Qualified Workers; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity Employment; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-25 Prohibitions on Contracting with Entities Engaging in Certain Activities or Transactions

Relating to Iran-Reps and Certs; FAR 52.232-1 Payments; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.232-39 Unforceability of Unauthorized Obligations; FAR 52.233-2 Service of Protest; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract; FAR 52.243-FAR 52.244- 6 Subcontractors for Commercial Items; FAR 52.252-1 Solicitations Provisions Incorporated by Reference; FAR 52.243-1, Alternate 1, Changes Fixed Price; FAR 52.243-4 Changes; FAR 52.249-2 Termination for Convenience of the Government (Fixed Price); 52.252-2 Clauses Incorporated by Reference.
To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted and paid electronically.
Quotes must be received no later than July 29, 4:00pm Central Standard Time.
Questions regarding this combined synopsis/solicitation are due no later than 3:00 PM CST on Wednesday July 27, 2022. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation.

Posted: July 22, 2022, 10:53 a.m. EDT

Overview

Response Deadline
Aug. 5, 2022, 5:00 p.m. EDT (original: July 29, 2022, 5:00 p.m. EDT) Past Due
Posted
July 22, 2022, 10:53 a.m. EDT (updated: July 28, 2022, 9:23 a.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Florence, SC 29501 United States
Source
SAM

Current SBA Size Standard
1000 Employees
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Signs of Shaping
81% of obligations for similar contracts within the Agricultural Research Service were awarded full & open.
On 7/22/22 ARS Southeast Area issued Synopsis Solicitation 12405B22Q0288 for Automatic Kjeldahl Digestor and Distillation System due 8/5/22. The opportunity was issued with a Small Business (SBA) set aside with NAICS 334516 (SBA Size Standard 1000 Employees) and PSC 6640.
Primary Contact
Name
Lynn Hults   Profile
Phone
(912) 464-9723

Documents

Posted documents for Synopsis Solicitation 12405B22Q0288

Question & Answer

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation 12405B22Q0288

Award Notifications

Agency published notification of awards for Synopsis Solicitation 12405B22Q0288

Contract Awards

Prime contracts awarded through Synopsis Solicitation 12405B22Q0288

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 12405B22Q0288

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 12405B22Q0288

Additional Details

Source Agency Hierarchy
AGRICULTURE, DEPARTMENT OF > AGRICULTURAL RESEARCH SERVICE > USDA ARS SEA AAO ACQ/PER PROP
FPDS Organization Code
12H2-12405B
Source Organization Code
500033339
Last Updated
July 28, 2022
Last Updated By
lynn.hults@usda.gov
Archive Date
Aug. 20, 2022