Federal Bid

Last Updated on 06 Sep 2020 at 9 PM
Combined Synopsis/Solicitation
Manhattan Kansas

Purchase, Installation, and Training for Lancer Ultima Series 815 LX Glassware Washing Machine

Solicitation ID 12805B20R0021
Posted Date 06 Sep 2020 at 9 PM
Archive Date 29 Sep 2020 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Usda Ars Pa Aao Acq/Per Prop
Agency Department Of Agriculture
Location Manhattan Kansas United states 66502

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; proposals are being requested, and a written solicitation will not be issued. The solicitation number is 12805B20R0021 and is issued as a request for proposal (RFP). The NAICS code is 334516. This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2020-08.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.

The Agricultural Research Services Divison of the USDA is interested in the purchase, installation, and training for one Lancer 815 LX Glassware Washing Machine.  This machine must include the following:

*    Chamber dimensions: 19.6"H x 21.1 "W x 20.05"D
*    External dimensions:33.5"H x 24"W x 29.1"D
*    2 independent wash levels
*    Prolux PLC control system
*    Four pre-set plus 36 customizable programs
*    3.5" color touchscreen display with intuitive icon-based interface
*    Front panel USB port plus Ethernet
*    Forced air drying system
*    Steam condenser to protect casework
*    304L stainless steel construction
*    Insulated chamber for quiet operation
*    Built-in detergent and acid neutralizer pumps for labor free dosing
*    Filter system to protect circulation pump
*    Self-diagnostic software
*    Electrically Heated

*    Include Basic Basket (1-PST)
*    36 Jet Rack with Long and Short Jets (1-36 IXLC)
*    Low Basket with Lid (122 mm x 134 mm x 93 mm) (1-STC)
*    Quenches effluent temperature to less than 60°C (140° F) (1-DDC)

*    Installation and end user training provided by local Lancer Sales Representative. *********************************************************************

DOCUMENTS TO BE INCLUDED IN PROPOSAL: In order to be considered for award Offerors shall provide 1) a Proposal on company letterhead detailing the item description, unit price per item, descriptive literature and specifications, total price and valid for at least 60 days after receipt of quote; include installation and training as separate line items and 2) FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATION-COMMERCIAL ITEMS;

The Representation and Certification section must be completed electronically in the System for Award Management (SAM) website at www.sam.gov.

REJECTION OF PROPOSAL: Failure to demonstrate compliance will be caused to reject the quote without further discussions. All responsible sources may submit an offer and will be considered.

The following clauses and provisions apply to this acquisition. 52.252-2 Clauses Incorporated by Reference; 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 applies,; 52.222-3, Convict Labor; 52.233-3, Protest after award; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts; 52.223-15 Energy Efficiency in Energy-Consuming Products; 52.223-17 Affirmative Procurement of EPA-designated Items in Service and Construction Contracts; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - System for Award Management; applicable to this acquisition; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS; 52.223-1 Biobased Product Certification; 52.223-4 Recovered Materials Certification; 52.212-2 Evaluation-Commercial Items ; 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS.

DELIVERY:  USDA-ARS, 1515 College Avenue, Manhattan, KS, 66502.

QUOTED PRICE MUST INCLUDE: any delivery costs as well as any applicable duties, brokerage, or customs fees, plus installation and end-user training.

DELIVERY DUE DATE: The Government requires delivery on or before 12/31/2020, however, each offeror shall include their proposed delivery schedule as part of their quotation.

PAYMENT: Any award made under this solicitation is subject to 31 CFR Part 208 which requires all payments made by the government to be made by electronic funds transfer. 

Contractors intending to conduct business with the Federal Government MUST register with the System for Award Management (SAM) database prior to submitting quotation. You may register online at www.sam.gov. 

FAR 52.212-2, Evaluation-Commercial Item, the significant evaluation factors, in the relative order of importance, are (i) technical capability of the item offered to meet the Government requirement including delivery date; (ii) past performance; and (iii) price.  Award will be made based on overall BEST VALUE to the Government.

The government anticipates award of a firm fixed priced contract resulting from this solicitation to the responsible offeror whose offer conforms to the specifications that will be the most advantageous to the government in accordance with FAR 13.106-2. Responses shall include technical specifications, descriptive material and capabilities of the offeror’s equipment. Offerors shall identity where the offered item meets or does not meet each of the Government's functional and performance minimum specifications listed herein. All sources wishing to furnish a proposal by 4:00 PM Central Time on September 14, 2020. Proposals are to be addressed to James Porter, Contract Specialist, and e-mailed to:  [email protected].   Additional information may be obtained by contacting the Contracting Officer by email.

Bid Protests Not Available