Hydroponic 'farm suites' from Insulated Shipping Containers w/ state-of-the-art hydroponic system
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
- Original Published Date: May 19, 2022 01:52 pm CDT
- Original Date Offers Due: Jun 02, 2022 03:00 pm CDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Jun 17, 2022
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code:
- NAICS Code:
- Place of Performance: Charleston , SC 29414USA
Description
This is a combined synopsis/solicitation for commercial goods and commercial services 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; quotes are being requested, and a written solicitation will not be issued. The solicitation number is 12405B22Q0105 and is issued as a request for quotation (RFQ). The NAICS code is 333111 – Farm Machinery and Equipment Manufacturing. This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2022-06.
The USDA-ARS-SEA Vegetable Research Unit in Charleston, SC. has a requirement for (4) Hydroponic shipping containers, drains, and software, per the following specifications. Your quote must include your proposed specifications in detail. Any quotes not meeting the minimum specifications will not be considered.
Specifications:
POD Container Hydroponic Farm Suites
REQUIREMENTS:
Fabricate and deliver:
Four (4) customized Vertical hydroponic ‘farm suites’ from insulated ‘GRADE A’ shipping containers (40’x 8’ x 9’6”) and contains a state-of-the-art hydroponic system.
Structure Components:
• Customizable up to 8,000 plant capacity using nutrient film technique channels combined with Flood & Drain System trays designed for research and development purposes.
• sensor input/output and relays for automated control of electrical systems such as lights, pumps, and switches.
• Full-Spectrum LED Light System Engineered for both Early and Late-Stage Growth
• Water Pump, Tank, and Filtration System
• Precision Automated Fertigation System with cloud connectivity
• Must be compatible with our existing research container software AmpEdge
Air Curtains to protect from pests.
• Fans that uniformly distribute air flow in excess of 270 CFM over the plant canopy.
• Programmable 5-ton HVAC Unit with integrated dehumidification capability
• Internal hose bibb with water connection.
• Floor coating is a liquid deck coating system that is durable, waterproof, slip resistant.
Operating System utilizes data-driven science, electronics, and business management systems to monitor, control and track every aspect of farm production and processes. Custom analytics to enhance plant quality and produce higher yields. Provides dashboard view of real-time data from in-farm sensors, with cloud storage of all historical data including growth, climate and alarm history. Remote access (from anywhere) of lights, irrigation, dosing, and CO2 generation.
• Configurable sensor data parameters with text and email alerts.
• Automatic lot assignment for each seed planted to track for growth records, yield performance and traceability.
• Record germination rates to identify top seed performers
• management of multiple pods via a single sign-on.
• Inventory management in multiple locations to optimize research.
• Generate custom labels, complete with barcodes for packaging.
• Generate custom reports for yield, inventory, and harvest cycle data.
• View and export data for downloads to spreadsheets (.csv, .xls)
• complete food traceability from seed to sale.
• All data securely stored in the cloud and accessible from any smartphone, tablet, or computer with web access.
• 2-year limited warranty.
• inclusive 2-day training period customized to the clients’ needs.
• training and support upon contract award.
• Technicians will connect drainage pipes from farm pods to the appropriate drainage system
• provide support Monday – Friday from 6 AM to 6 PM as required and afterhours during emergencies.
30 Day completion of four (4) customized containers
Registered (and current) in SAMS
Provide all proper outdoor electrical panels, xxx amp service panels, breakers, and disconnects for
container operations.
Provide (2) keys to each containers’ door lock and (2) master keys for the ordered set
Stainless prep table.
Stainless sink with electric hot water tank.
DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award Offerors shall provide 1) a Quote on company letterhead detailing the item description, unit price per item, discounts for trade-ins, total price and valid for at least 60 days after receipt of quote; and 2) FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATION-COMMERCIAL GOODS AND COMMERCIAL SERVICES; The Representation and Certification section must be completed electronically in the System for Award Management (SAM) website at www.sam.gov.
REJECTION OF QUOTATION: 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 GOODS AND COMMERCIAL SERVICES; 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL GOODS AND COMMERCIAL SERVICES 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 GOODS AND COMMERCIAL SERVICES; 52.223-1 Biobased Product Certification; 52.223-4 Recovered Materials Certification; 52.212-2 Evaluation-Commercial goods and commercial services ; 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL GOODS AND COMMERCIAL SERVICES; 52.217-8 Option to Extend Services.
QUOTED PRICE MUST INCLUDE: Any delivery costs as well as any applicable duties, brokerage, or customs fees.
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. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.beta.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 (based on F.O.B. Destination), technical and past performance are more important than 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 quotation must respond by 3:00 p.m. Central Daylight time, June 02, 2022. Quotations are to be addressed to Huron Virden, at huron.virden@usda.gov.
Primary Point of Contact:
Huron Virden
Contract Specialist
Huron.virden@usda.gov.
Attachments/Links
Contact Information
Primary Point of Contact
- Huron W. Virden
- huron.virden@usda.gov