Electric Boiler

expired opportunity(Expired)
From: Federal Government(Federal)
12505B22Q0104

Basic Details

started - 10 May, 2022 (23 months ago)

Start Date

10 May, 2022 (23 months ago)
due - 25 May, 2022 (23 months ago)

Due Date

25 May, 2022 (23 months ago)
Bid Notification

Type

Bid Notification
12505B22Q0104

Identifier

12505B22Q0104
AGRICULTURE, DEPARTMENT OF

Customer / Agency

AGRICULTURE, DEPARTMENT OF (29536)AGRICULTURAL RESEARCH SERVICE (9107)USDA ARS MWA AAO ACQ/PER PROP (1534)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

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. Solicitation No. 12505B22Q0104 is being issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-06. The NAICS code applicable to this acquisition is 332410 (Power Boiler and Heat Exchanger Manufacturing 750). The PSC is 4410. This requirement is 100% set aside for small business. For a company to qualify as a small business, the small business standard is 750 employees.The USDA, ARS lin Peoria, IL has a requirement for an Electric Boiler in accordance with the specifications listed in the Statement of Work.   This acquisition is for the following item as
identified in the Contract Line Item Number (CLIN):CLIN 1: Contractor shall provide a Sussman Model SSB180100F3L electric boiler or equivalent that can replace the one that was in use for ~20 years.  The new unit has meet these requirements -1) It MUST be compatible with existing utility feeds (electricity, water, steam line, vent2) It MUST be of same size or smaller (the area is congested)3) It MUST supply at a minimum the amount of steam at the right temperature/pressure which the incumbent boiler provided (in order to meet the mission need).4) All metal that makes contact with water MUST be made from stainless steel or other metal which will not corrode.The Government intends to award one firm fixed price contract.Reference Statement of Work.The Contractor shall provide all items F.O.B. destination. Location of the Government site is aboard USDA ARS Peoria, IL 61604 and will be identified in the contract.Offerors responding to this announcement shall submit their Quote in accordance with FAR 52.212-1.The basis for award is Lowest Price Technically Acceptable {LPTA). LPTA means the best value is expected to 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 and (2) Price and must also have satisfactory Past Performance.  Technical acceptability will be evaluated based on equal salient characteristics. The lowest priced proposal will first be evaluated for technical acceptability in accordance with the minimum specifications identified. If determined not technically acceptable, it will be removed from competition and the next lowest priced proposal will be evaluated for technical acceptability. This will continue until the lowest price proposal is determined technically acceptable. Once the lowest priced proposal is determined technically acceptable, then a determination of responsibility will be completed. If found responsible, evaluations will be closed and award will be made.DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award, Offerors shall provide 1) technical approach; 2) price; and 3) Company's SAM UEI number.REJECTION OF QUOTATION: Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer which will be considered.The following provisions and clauses apply to this acquisition and can be found in full text at http://www.acquisition.gov/comp/far/index.html. FAR 52.252-1, Solicitation Provisions Incorporated by Reference are as follows: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Provide with Quote); FAR 52.204-7, System for Awards Management (ALL OFFERORS MUST BE REGISTERED AND ACTIVE IN THE SYSTEM FOR AWARDS MANAGEMENT DATABASE IN ORDER TO RECEIVE AN AWARD) The website address for registration is: http://www.sam.gov; and FAR 52.222-22, Previous Compliance Report. FAR 52.252-2, Clauses Incorporated by Reference, FAR 52.211-6, Brand Name or Equal, FAR 52.212-4, Contract Terms and Conditions Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items apply to this acquisition. The following FAR clauses cited in 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items are applicable to this acquisition: FAR 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; FAR FAR 52.222-3, Convict Labor (E.O. 11755); FAR 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans; 52.223-4, Recovered Material Certification; 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items; 52.225-2, Buy American Act Certificate ; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332); 52.232-36, Payment by Third Party (31 U.S.C. 3332) and FAR 52.233, Protest After Award. The above FAR clauses may be viewed at http://www.acquisition.gov/comp/far/loadmainre.html.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 SAM UEI number is required in order to register. All invoices shall be submitted electronically.Questions regarding this solicitation shall be emailed (no phone calls will be accepted) to Melissa Grice, Contract Specialist at melissa.grice@usda.gov no later than 3:00 PM (Central) May 18, 2022. All answers to questions will be posted as an attachment in this solicitation.Furnish quotes no later than 2:00 PM (Central), May 25, 2022 to Melissa Grice, Contract Specialist at melissa.grice@usda.gov . Quotes will only be accepted via email, no phone calls will be accepted.

Peoria ,
 IL  61604  USALocation

Place Of Performance : N/A

Country : United StatesState : IllinoisCity : Peoria

Classification

naicsCode 332410Power Boiler and Heat Exchanger Manufacturing
pscCode 4410Industrial Boilers