Skip to main content

An official website of the United States government

You have 2 new alerts

Seawater System

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: Aug 29, 2022 06:14 pm EDT
  • Original Date Offers Due: Sep 02, 2022 11:00 am EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Sep 17, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6640 - LABORATORY EQUIPMENT AND SUPPLIES
  • NAICS Code:
    • 112519 - Other Aquaculture
  • Place of Performance:
    Franklin , ME 04634
    USA

Description

This is a combined synopsis/solicitation for commercial products or commercial services 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; proposals are being requested and a written solicitation will not be issued.

Solicitation Number: 12305B22Q0176 is issued as a request for quotation (RFQ).

This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-07.

This requirement will be solicited as a commercial item in accordance with FAR Part 12. The solicitation document, with the incorporated clauses and provisions, is issued in accordance with the Federal Acquisition Regulation (FAR) Part 13 Simplified Acquisition Procedures.

Set- Aside: This solicitation is 100% small business set-aside.

The North American Industry Classification System (NAICS) code is 112519 (Other Aquaculture); small business size standard is 3.25 million.

Line-item number(s) and items, quantities, and units of measure:

Line item 0001 Pentair SLP6091412B21 UV CLP 6A 2880W B 230V PVC 14 BDY 12

LFG NEMA 12 or equivalent pending technical representatives’ approval. (Quantity of 1).

Equal Items must meet the following salient characteristics:

Have 9 bulbs/320 watts, output watts 2880W, UV-C output watts 882, Vessel dimensions 92”x14”x76”, Schedule 80 PVC, outlet is 12” Flange, 180MJ/CM2/GPM 424. feature single-end glassware assembly that allows for easy access to high-quality Amalgam UV lamps, remote thermoplastic power supply enclosures that are weather tight, 508 UL listed, NEMA 12 to protect from water damage, and include one power control panel.

Description of requirements for the items to be acquired: UV disinfection unit will be used to disinfect seawater with UV light that will be pumped from the ocean and feed the recirculating aquaculture systems (RAS) at USDA’s National Cold Water Marine Aquaculture Center (NCWMAC).

Deliver to:

USDA ARS National Cold Water Marine Aquaculture

25 Salmon Farm Road

FRANKLIN, ME 04634

Provision 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition.

Offerors are  to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with its offer.

The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition. (See clauses attachment for all clauses terms and conditions)

IMPORTANT NOTICE: All contractors submitting bids, proposals, or quotes on USDA solicitations must be registered in the System for Award Management (SAM) database at the time of quote submission. Failure to register in the SAM database will make an Offeror ineligible for award.  The SAM website can be accessed at www.sam.gov/portal/SAM

The Government intends to post all notices/amendments related to this solicitation on government point of entry (GPE) Contract Opportunities at https://sam.gov  Any additional amendments and/or documents related to this procurement will be available electronically only. Potential Quoters will be responsible for downloading their own copy of those documents related to this procurement, if any. Offerors are encouraged to check the SAM web site frequently in order to be notified of any changes to this solicitation. Interested vendors should reference the solicitation documents for all terms and conditions, evaluation factors and submission requirements. 

SELECTION PROCESS: The basis for any potential award is Lowest Price Technically Acceptable.

To be considered for award OFFERORS SHALL SUBMIT THE FOLLOWING:

  1. A quote that meets the requirements listed in the salient characteristics.

REJECTION OF QUOTATION: Failure to demonstrate compliance will cause rejection of quote without further discussions. All responsible sources may submit a quote which will be considered.

All questions regarding this announcement must be submitted in writing to the Contract Specialist Tyshanah Holloway, via email at Tyshanah.Holloway@usda.gov.  by Wednesday August 31, 2022  @ 1:00 pm EST.  Telephone requests for information will not be accepted or returned.

Furnish Quotes by email to Tyshanah Holloway, Contract Specialist, USDA, ARS, NEA, Contracting Office, no later than 11:00 a.m. EST, September 2, 2022.

DISCUSSIONS: The Government intends to award without discussions but reserves the right to conduct discussions should it be deemed in the Government's best interest.

Electronic responses are mandatory. Information provided will not be used as a part of any subsequent solicitation requirement. Interested vendors who submit data are responsible for appropriately marking information if it is proprietary in nature. A determination by the Government not to award this proposed contract action, based on this notice, is solely within the discretion of the Government.

Contact Information

Contracting Office Address

  • 10300 BALTIMORE AVENUE BLDG 003, RM 223, BARC-WEST
  • BELTSVILLE , MD 20705
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Sep 17, 2022 11:56 pm EDTCombined Synopsis/Solicitation (Original)