Federal Bid

Last Updated on 09 Sep 2021 at 10 PM
Combined Synopsis/Solicitation
Urbana Illinois

Growth Chamber

Solicitation ID 12505B21Q0220
Posted Date 09 Sep 2021 at 10 PM
Archive Date 05 Oct 2021 at 4 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Usda Ars Mwa Aao Acq/Per Prop
Agency Department Of Agriculture
Location Urbana Illinois United states 61801

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: 

  • Programmable temperature and lighting control
  • Two Lighted Shelves
  • Shelving area of at least 13.6 square feet
  • Growth height over 22”
  • LED lighting with 650-800 UMOL/m2/s
  • Temperature to be controlled in a range of 10-44C (+/- 0.5C) with lights on
  • Programmable temperature and lighting control
  • Ideally, exterior dimensions of 41” wide, 33.6” deep x 77.2” height.

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:

  • Growth Chamber
  • Delivery
  • Instillation

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.

Bid Protests Not Available

Similar Past Bids

Urbana Illinois 10 Aug 2007 at 4 AM
Urbana Illinois 08 Aug 2005 at 5 AM
Urbana Illinois 03 Sep 2021 at 9 PM
Madison Wisconsin 08 Jul 2015 at 5 PM
Bunn North carolina 08 Sep 2017 at 7 PM

Similar Opportunities

Andrews air force base Maryland 21 Jul 2025 at 7 PM
Pennsylvania 16 Jul 2025 at 6 PM
Colorado 10 Jul 2025 at 4 AM (estimated)
Colorado 10 Jul 2025 at 4 AM (estimated)