This acquisition is for the following item as identified in the Contract Line Item Number (CLIN): One new (1)
Controlled Temperature Walk-In Vernalization Chamber
Exterior Dimensions: 168"W x 102"D x 114"H (14' W x 8.5' D x 9.5' H)
Temperature Range: 4° - 7°C.
Temperature Uniformity: ± 1.0°C.
Air Flow: Room air is uniformly conditioned by a ceiling mounted low profile unit cooler.
Ventilation: Furnish one supply and one exhaust duct with adjustable slide dampers. An adjustable forced air exchange system to provide up to 40cfm exhaust fan to draw fresh air makeup into the room from space above the room. Ventilation air will draw from and exhaust to ambient, with no connection to building HVAC system.
Lighting System: Industrial vapor tight light fixtures designed for environments where weathering, low temperature and high humidity are present.
Construction: Room to be built with each section consisting of at least 4"-thick urethane insulation, metal interior and exterior surfaces, and vinyl gaskets.
Floor: Overall thickness shall be at least 4" foam in place with a nonslip rigidized (diamond pattern) aluminum finish (interior).
Shelving: The chamber is supplied with four tiers of vertically adjustable (in 1" increments) shelving located along the rear, the left and right hand interior sidewalls. The shelving consists of SEVEN standalone shelving units. Each shelving unit consists of four shelves each 24" W x 48"L, four post. Each shelf is electro-Zinc plated with a single-dip chromate post treatment after welding. Surfaces additionally protected against rusting with a hard baked plastic resin coating after plating. Furthermore, the shelving should be enhanced with built-in antimicrobial product protection.
Insulation: The insulation shall have an overall thickness of at least 4" with an R factor of 32.
Door: The room door is a flush type for a 36'' x 78'' door opening. It is provided with a magnetic snap-in perimeter gasket, self-closing cam lift gravity hinges, a positive-seal door closure, and a key lockable latch handle with an inside safety release. The door should include an interior safety release. The door is also provided with a thermal pane window for interior viewing.
Finish: Standard metal exterior is embossed white galvanized steel, interior wall and ceiling surfaces are embossed white aluminum.
Refrigeration: Condensing unit with hot-gas bypass system for continuous compressor operation, extended life, and precise temperature control. Minimum compressor size is 1.1 H.P. Rapid cycle solenoid type refrigeration valves with extended stem for long life and quiet operation. Refrigerant type is R-134a. Heat via hot gas. Evaporators are ceiling mounted, low profile, copper tube construction and aluminum fins. Evaporator fan motors shall be lifetime sealed high efficiency permanent split capacitor
Piping: All refrigeration piping shall be seamless copper tubing. All condensate lines shall contain union allowing the condensate drain pan to be easily lowered for maintenance or service. Insulation shall meet NFPA-90A flame spread and smoke developed requirements and shall comply with state and local fire codes. Joints shall be bonded using manufacturer's recommended sealant to provide a complete vapor barrier.
Temperature Safety: Adjustable high and low temperature safety controls, audible alarms and visual indicators are provided. The controls shutdown all power to the room, activates alarm and automatically control the temperature at the safety value. When the temperature returns to the normal range the system will automatically reset.
Receptacles: 18 GFCI duplex receptacles 24" on center around perimeter for owner furnished lighting. Receptacles to be foamed in place with programmable on/off control via control system on two independently controlled 115 VAC/20A circuits, installed in the side walls of the chamber to control OFOI lighting equipment. Receptacles are for lighting control and are programmable.
Defrost: Automatic and programmable defrost control when operating below 5°C. Programmable defrost system should control: length of defrost period, number of defrost periods, time of day of defrost, pre-coiling fan delay start for minimizing defrost temperature spikes.
Dry Alarm Contacts: Dry-alarm contacts are provided for connection to remote alarm monitoring system.
Controller:
• High definition IPS (1920 x 1200) touch screen interface
• Graphing and table view of data
• Trend graphs viewed directly on screen for both Set-point and Actual conditions
• Highly visible alarm display with audible buzzer
• On-board data logging exportable to USB drive
• Combines a convenient graphical interface with a durable industrial keypad
• Digital Lighting Control
• Dual experiment protection via integrated yet independent temperature limit shutdown
• Ambient temperature monitoring
• Power Fail event logging
• Three programming styles: Diurnal, 24 hour, Non-24 hour (elapsed time)
• Programs can be run in ramping or non-ramping modes
• Programs are created and run in real time
• Multiple programs can be linked together to simulate natural conditions.
• Two calibration offsets per input channel must be provided.
• Light lifetime maintenance.
• LAN/WAN/Bluetooth ready
• Cloud-based data logging
• On-board web-server is included for remote monitoring and control of chamber functions. The Server can be connected to either a local Ethernet network or the internet. Remote access to the chamber may then take place on any computer using any major internet browser connected to the same network. An intuitive, tabular user interface functions within the web browser similar to a typical web page, so no software installation is necessary.
Warranty: At least Two (2) years parts and labor.
Please make sure quotes are valid until 09/30/2017
EVALUATION FACTORS
- 52.211-6 -- Brand Name or Equal (1999)
- (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation.
- (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must-
- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation;
- (2) Clearly identify the item by-
- (i) Brand name, if any; and
- (ii) Make or model number;
- (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and
- (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification.
- (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer.
- (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation.
-
- (End of provision)
This is a Buy Best Value acquisition. The Government will award a Purchase Order resulting from this Request for Quotes to the responsible offeror whose quote is conforming to the solicitation and represents the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
EVALUATION FACTORS FOR AWARD
1. Past Performance -
Quotes will be evaluated based on the offeor's past performance as provided by the offerors references.
2. Offeror's Technical Solution-
The Government will evaluate the performance of the offeror's product for capability and performance.
3. Quality and Reliability-
Quotes will be evaluated on the offeror's product for its level of Quality and Reliability.
4. Price-
The quoted price is fair and reasonable.
NOTE:
All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. Factors and sub-factors are prioritized in the following order of importance (i.e. most important first, least important last) for award evaluation 2, 3, 1, 4.
The Government will evaluate quotes for award purposes, considering the evaluation factors above, and will award to that offeror whose proposal represents the best value to the Government.
Description:
Facility Containment Restrictions: Delivery is to the Red River Agriculture Research Center (RRVARC). Contractor employee(s) must adhere to facility safety regulations. RRVARC does not have a loading dock.
52.232-18 Availability of Funds.
Availability of Funds (Apr 1984)
Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.
(End of Clause)
Inspection and Acceptance Terms: Supplies will be inspected and accepted by the End User / Purchasing Agent at destination.
Representations: Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items.
Applicable Provisions: The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition:
FAR 52.204-7 System for Award Management: AGAR 452.204-70 Inquiries; FAR 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation-Commercial Items (filled in as follows: Technical specifications/support, 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; AGAR 452.219-70 Size Standard and NAICS Code Information; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies; 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 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract; FAR 52.252-1 Solicitations Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference.
Invoices must be submitted into the Invoice Processing Platform (IPP). IPP is a government-wide secure web-based payment information service offered free of charge to government agencies and their suppliers by the U.S. Department of Treasury's Financial Management Service (FMS).
One-time enrollment in IPP means that you will receive a series of e-mails from Treasury services. The first email will have the IPP Logon ID and link to the IPP application. A second e-mail, containing the password will be sent within 24 hours. Once you receive these emails, please login to the IPP application and complete the registration process.
Benefits of registering with IPP include the ability for your company to create invoices directly from a contract award and submit them electronically, as well as:
· e-mail notification when invoice(s) are paid
· online payment history
· remittance download
The e-mail notification of payment is sent when a payment is distributed to your bank account and will include all pertinent payment information.
The IPP Customer Support Desk is available to assist users Monday through Friday (excluding bank holidays) from 8:00AM - 6:00PM ET, including answering any questions related to accessing IPP or completing the registration process. Their toll-free number is 1-866-973-3131 2
or they can be reached at: [email protected]. If you have any questions or concerns, please contact the Controller Operations Division Help Desk at: 1-877-243-3072 or [email protected].
The successful vendor must be enrolled in IPP to submit invoices and receive payment. If the successful vendor firm is already enrolled in IPP invoices are to be submitted under the vendors existing IPP enrollment.
Clause 52.223-2 requires: The contractor shall report to the environmental point of contact, with a copy to the Contracting Officer, on the product types and dollar value of any USDA-designated biobased products purchased by the contractor during the previous fiscal year. The report must be submitted not later than October 31 of each year during contract performance and at the end of contract performance. See list of attachments for categories of Biobased products, this list and linked descriptions can be found at http://cfr.regstoday.com/7CFR3201.aspx
The environmental point of contact is:
Ron Buckhalt
[email protected]
Phone: 202-205-4008
Energy Efficient Products
Energy policy acts of 1992, 2005, 2007 and Executive Order 13423 require the purchase of energy efficient products--either those labeled "ENERGY STAR" or designated by the U.S. Department of Energy's Federal Energy Management Program (FEMP). The requirement applies both to direct purchases and contracted services, including contracts for design, construction, renovation, or maintenance of a public building. For contracted services, the contractor must provide ENERGY STAR, FEMP qualified, or other energy efficient products.
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.