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 12505B21Q0220 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-06. This solicitation will be a 100% Total Small Business Set-Aside. The associated NAICS code is 334516, Analytical Laboratory Instrument Manufacturing, with a small business size standard of 1,000 employees and the PSC code is 6640.
The Department of Agriculture (ARS) has the need for the following products:
001) Growth Chamber
Scope of Work:
The USDA-ARS Soybean Pathology of the National Soybean Research Center (NSRC) in Urbana, Illinois is requesting quotes for a growth chamber.
Background:
Growth chamber will be used to rear soybean plants. It is a partial replacement for nine growth chambers recently classified as unserviceable due to maintenance and repair costs.
Technical Requirements:
Section 889 of the National Defense Authorization Act Certification
NDAA889 Compliant = YES
Offeror will represent that:
(1) It will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation.
(2) After conducting a reasonable inquiry, for purposes of this representation, the Offeror represents that it does not use covered telecommunications equipment or services, or use any equipment, system, or service that uses covered telecommunications equipment or services.
Evaluation Factors:
Lowest price, technically acceptable. The government intends to award a firm-fixed price award based on the lowest price technically acceptable product. The lowest priced product will be evaluated first; if not found acceptable, the next lowest priced product will be evaluated, and so on until an acceptable product is identified. The government will not review higher priced products if the lowest priced product is determined to be technically acceptable. For a vendor’s products to be considered technically acceptable, they must meet all of the technical requirements identified in the solicitation.
Key Deliverables:
Delivery:
Delivery and installation is to be made to the USDA-ARS National Soybean Research Center at 1101 W Peabody Drive, 266 NSRC, Urbana, IL 61801 in Room 88 within 120 days after award
The vendor shall provide all items F.O.B: destination. Location of the Government site is aboard USDA-ARS West Lafayette, IN and will be identified in the contract. The Government anticipates award of a Firm Fixed Price contract.
Submitting a Quote:
To be eligible for an award, all contractors must be registered in the System for Award Management (SAM) with a current and active registration. 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. Vendor must also include their DUNS# on their quote.
Also, to be eligible, all vendors must be NDAA 889 Certified. If they do not currently have a NDAA 889 Certification, then they must complete the attached NDAA 889 Certification form and submit it to [email protected] so that they can be added to the list of NDAA 889 Certified vendors.
The submission and payment of invoices on the resulting contract will be made through the Invoice Processing Platform (IPP). As such, vendors must be currently registered or register in IPP in order to be able to submit and receive payment on invoices for the resulting contract.
Offerors responding to this announcement shall submit their quote on SF 1449 (see attached). The quote should include all fees, delivery charges, and/or surcharges. This will be a tax-exempt purchase.
Only electronic submissions will be accepted. Please email all quotes in writing on the SF 1449 to [email protected] by no later than Monday, September 20, 2021 at 5:00 PM Central Standard Time.
Questions in regards to this combined synopsis/solicitation must be submitted through email and are due no later than 5:00 PM CST on Wednesday, September 15, 2021. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation.